Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

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

  • First published: 10 September 2024
  • Last modified: 10 September 2024
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03df2b
Published by:
the Education Authority
Authority ID:
AA84149
Publication date:
10 September 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45210000 Building construction work Works for complete or part construction and civil engineering work
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
45214000 Construction work for buildings relating to education and research Building construction work
45453100 Refurbishment work Overhaul and refurbishment work
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
facilities.procure@eani.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.