Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
the Education Authority
40 Academy Street
Belfast
BT1 2NQ
UK
Contact person: facilities.procureeani.org.uk
E-mail: facilities.procure@eani.org.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Libraries NI
Lisburn City Library 23 Linenhall Street
Lisburn
BT28 1FJ
UK
E-mail: facilities.procure@eani.org.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) Joint procurement
The contract involves joint procurement
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
FMM-22-010 The Education Authority Term Service Short Contract for the Provision of Building - Response, Planned Maintenance and Minor Works Lots 1, 2 and 3
II.1.2) Main CPV code
45210000
II.1.3) Type of contract
Works
II.1.4) Short description
The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services and a number of other related disciplines along with Supplementary Skill disciplines. Economic Operators are advised to refer to the tender documents for further information. The project may include task orders with a value of up to £500k. Lot 1 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Mid and East Antrim and Antrim and Newtownabbey Lot 2 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Lisburn and Castlereagh and Ards and North Down Lot 3 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Armagh, Banbridge and Craigavon.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
71 200 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 Building maintenance service works Area North Council area Mid and East Antrim and Antrim and Newtownabbey Award per Item: No
II.2.2) Additional CPV code(s)
45300000
45453100
45000000
45214000
45260000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services and a number of other related disciplines along with Supplementary Skill disciplines. Economic Operators are advised to refer to the tender documents for further information. The project may include task orders with a value of up to £500k. Lot 1 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Mid and East Antrim and Antrim and Newtownabbey Lot 2 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Lisburn and Castlereagh and Ards and North Down Lot 3 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Armagh, Banbridge and Craigavon.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 30
Cost criterion: Price
/ Weighting: 70
II.2.11) Information about options
Options:
Yes
Description of options:
Lot Contract period of two years with the option of additional periods for a total maximum Lot Contract duration of 4 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
This Framework has been awarded by Northern Ireland Education Authority “EA” and is open to the EA, including NI educational bodies as follows and at some point during the life of the contract these bodies may wish to utilise the Framework and should have access, at any point, with the permission of EA. This agreement is not intended to replace any current agreements that participating or non-participating institutions may already have in place. Due to the independent nature of these bodies and schools within Northern Ireland, there is no obligation to become party to the Framework. These bodies include:. • Primary and Post Primary schools under the control of the EA, Catholic Maintained Schools, Independent Schools in NI, Irish Medium Schools in NI, both Controlled and, Voluntary Grammar Schools, Nursery School for NI both controlled and Catholic Maintained, school meals kitchens onsite at all of these schools, Controlled Youth Centres and Libraries NI.https://www.educationni.gov.uk/services/schools-plus. • Grant Controlled Integrated Education Schools in NI. https://www.nicie.org/parents/school-finder/. Independent School in NI; and. https://www.isc.co.uk/schools/northern-ireland/. The value shown in V.2.4 is the highest value is the highest value estimated in the following range for the requirement £10,800,000 ex VAT [£12,960,000 inc. VAT] and £21,600,000 ex VAT [£25,920,000 inc. VAT] which has been calculated on the basis of a four year Framework with additional contingency should the demand increase for any reason, given the essential nature of the works under the contract i.e. reactive works which cannot be forecasted in the pre procurement exercise or tender stage. The Authority expressly reserves the rights to utilise the non-exclusivity clauses as outlined in the Framework documents at EA’s sole discretion.
Lot No: 2
II.2.1) Title
Lot 2 Building maintenance service works Area East Council area Lisburn and Castlereagh and Ards and North Down Award per Item: No
II.2.2) Additional CPV code(s)
45300000
45453100
45000000
45214000
45260000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services and a number of other related disciplines along with Supplementary Skill disciplines. Economic Operators are advised to refer to the tender documents for further information. The project may include task orders with a value of up to £500k. Lot 1 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Mid and East Antrim and Antrim and Newtownabbey Lot 2 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Lisburn and Castlereagh and Ards and North Down Lot 3 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Armagh, Banbridge and Craigavon.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 30
Cost criterion: Price
/ Weighting: 70
II.2.11) Information about options
Options:
Yes
Description of options:
Lot Contract period of two years with the option of additional periods for a total maximumLot Contract duration of 4 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
This Framework has been awarded by Northern Ireland Education Authority “EA” and is open to the EA, including NI educational bodies as follows and at some point during the life of the contract these bodies may wish to utilise the Framework and should have access, at any point, with the permission of EA. This agreement is not intended to replace any current agreements that participating or non-participating institutions may already have in place. Due to the independent nature of these bodies and schools within Northern Ireland, there is no obligation to become party to the Framework. These bodies include:. • Primary and Post Primary schools under the control of the EA, Catholic Maintained Schools, Independent Schools in NI, Irish Medium Schools in NI, both Controlled and, Voluntary Grammar Schools, Nursery School for NI both controlled and Catholic Maintained, school meals kitchens onsite at all of these schools, Controlled Youth Centres and Libraries NI.https://www.educationni.gov.uk/services/schools-plus. • Grant Controlled Integrated Education Schools in NI. https://www.nicie.org/parents/school-finder/. Independent School in NI; and. https://www.isc.co.uk/schools/northern-ireland/. The value shown in V.2.4 is the highest value is the highest value estimated in the following range for the requirement £10,800,000 ex VAT [£12,960,000 inc. VAT] and £21,600,000 ex VAT [£25,920,000 inc. VAT] which has been calculated on the basis of a four year Framework with additional contingency should the demand increase for any reason, given the essential nature of the works under the contract i.e. reactive works which cannot be forecasted in the pre procurement exercise or tender stage. The Authority expressly reserves the rights to utilise the non-exclusivity clauses as outlined in the Framework documents at EA’s sole discretion.
Lot No: 3
II.2.1) Title
Lot 3 Building maintenance service works Area South West Council area Armagh, Banbridge and Craigavon Award per Item: No
II.2.2) Additional CPV code(s)
45300000
45453100
45000000
45214000
45260000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services and a number of other related disciplines along with Supplementary Skill disciplines. Economic Operators are advised to refer to the tender documents for further information. The project may include task orders with a value of up to £500k. Lot 1 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Mid and East Antrim and Antrim and Newtownabbey Lot 2 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Lisburn and Castlereagh and Ards and North Down Lot 3 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Armagh, Banbridge and Craigavon.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 30
Cost criterion: Price
/ Weighting: 70
II.2.11) Information about options
Options:
Yes
Description of options:
Lot Contract period of two years with the option of additional periods for a total maximumLot Contract duration of 4 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
This Framework has been awarded by Northern Ireland Education Authority “EA” and is open to the EA, including NI educational bodies as follows and at some point during the life of the contract these bodies may wish to utilise the Framework and should have access, at any point, with the permission of EA. This agreement is not intended to replace any current agreements that participating or non-participating institutions may already have in place. Due to the independent nature of these bodies and schools within Northern Ireland, there is no obligation to become party to the Framework. These bodies include:. • Primary and Post Primary schools under the control of the EA, Catholic Maintained Schools, Independent Schools in NI, Irish Medium Schools in NI, both Controlled and, Voluntary Grammar Schools, Nursery School for NI both controlled and Catholic Maintained, school meals kitchens onsite at all of these schools, Controlled Youth Centres and Libraries NI.https://www.educationni.gov.uk/services/schools-plus. • Grant Controlled Integrated Education Schools in NI. https://www.nicie.org/parents/school-finder/. Independent School in NI; and. https://www.isc.co.uk/schools/northern-ireland/. The value shown in V.2.4 is the highest value is the highest value estimated in the following range for the requirement £14,000,000 ex VAT [£16,800,000 inc. VAT] and £28,000,000 ex VAT [£33,600,000 inc. VAT] which has been calculated on the basis of a four year Framework with additional contingency should the demand increase for any reason, given the essential nature of the works under the contract i.e. reactive works which cannot be forecasted in the pre procurement exercise or tender stage. The Authority expressly reserves the rights to utilise the non-exclusivity clauses as outlined in the Framework documents at EA’s sole discretion.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-019218
Section V: Award of contract
Lot No: 1
Contract No: 1
Title: Lot 1 Building maintenance service works (Area North) (Council area Mid and East Antrim and Antrim and Newtownabbey) Award per Item: No
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/08/2024
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 8
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 10
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
MAURICE FLYNN SONS LTD
2 Springbank Road, Springbank Industrial Estate
BELFAST
BT17 0QL
UK
E-mail: aidan@mauriceflynn.com
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 21 600 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section V: Award of contract
Lot No: 2
Contract No: 2
Title: Lot 2 Building maintenance service works (Area East) (Council area Lisburn and Castlereagh and Ards and North Down) Award per Item: No
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/08/2024
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 8
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 10
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
D MARTIN BUILDING
UNIT 11 GLENVIEW IND ESTATE
NEWTOWNARDS
BT23 6AY
UK
E-mail: dmartinbuilding@gmail.com
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 21 600 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section V: Award of contract
Lot No: 3
Contract No: 3
Title: Lot 3 Building maintenance service works (Area South West) (Council area Armagh, Banbridge and Craigavon) Award per Item: No
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/08/2024
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 9
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Greystone Joinery Construction Ltd
65 Legilly Rd
DUNGANNON
BT70 1PE
UK
E-mail: info@greystonejc.com
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 28 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section VI: Complementary information
VI.3) Additional information
Contract Monitoring: The Successful Contractor's performance on this Framework will be managed as per the Framework documents and regularly monitored (see Department of. Finance Protocol for Managing Supplier Poor Performance: Protocol for Managing Supplier Poor Performance [pdf stand-alone version].PDF (finance-ni.gov.uk). Contractors not delivering on requirements is a serious matter. It means the public purse is not getting what it is paying for. If a Contractor fails to reach satisfactory levels of performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of performance, the matter will be escalated to senior management in the Education Authority (EA) for further action. If this occurs and the Contractor's performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and this Framework may be terminated. Any Contractor in receipt of a Notice of Unsatisfactory. Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in the Contractor being excluded from all procurement competitions being undertaken by the EA. The EA are committed to the promotion of social inclusion and equal opportunities, as well as the responsible use and protection of natural resources and reducing our carbon footprint as key objectives in the Sustainable Development Strategy for Northern Ireland. The EA has included within the Framework documents, a Social Considerations Schedule to help achieve the EA’s objectives and address the strategic aims. It is required that the successful Contractor, as a condition of Framework, deliver measurable social value outcomes as set within this Social Considerations Schedule. The EA cannot give any commitment as to the usage, volume, or value of products required under this Framework. Any levels, or aggregate values of services referred to are indicative only and shall not be binding on the Client. The value shown in II.1.7 is the highest value estimated in the following range for the requirement £35,600,000 ex VAT [£42,720,000 inc. VAT] and £71,200,000 ex VAT [£85,440,000 inc. VAT] which has been calculated on the basis of a four year Framework with additional contingency should the demand increase for any reason, given the essential nature of the works under the contract i.e. reactive works which cannot be forecasted in the pre procurement exercise or tender stage. The Authority expressly reserves the rights to utilise the non-exclusivity clauses as outlined in the Framework documents at EA’s sole discretion.
VI.4) Procedures for review
VI.4.1) Review body
The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures.
Belfast
UK
VI.5) Date of dispatch of this notice
05/09/2024