Construction Tenders

Sun September 01 2024

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 2

Status Active

Published 30th Aug 2024

Tender Details
Referenceocds-h6vhtk-044b62
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£724,200
« Previous Page

United Kingdom

Category Services

Type

No. of Lots 2

Status Active

Published 30th Aug 2024

Tender Details
Referenceocds-h6vhtk-044b62
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£724,200

Section I: Contracting authority

I.1) Name and addresses

Education Authority NI

40 Academy Street

Belfast

BT1 2NQ

Email

facilities.procure [at] eani.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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

FAE-23-014 Servicing and Repair of Folding Dining Tables

Reference number

FAE-23-014

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

FAE-23-014 Servicing and Repair of Folding Dining Tables

II.1.5) Estimated total value

Value excluding VAT: £724,200

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

II.2) Description

II.2.1) Title

Lot 1 - SICO

Lot No

1

II.2.2) Additional CPV code(s)

  • 39143210 - Dining tables
  • 50850000 - Repair and maintenance services of furniture
  • 39160000 - School furniture
  • 39141000 - Kitchen furniture and equipment

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKN - Northern Ireland
Main site or place of performance

Various sites throughout N Ireland

II.2.4) Description of the procurement

FAE-23-014 Servicing and Repair of Folding Dining Tables

II.2.5) Award criteria

Quality criterion - Name: Delivery of Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 90

II.2.6) Estimated value

Value excluding VAT: £681,600

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

This Contract has the option to extend for any period(s) up to 24 months.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

This Contract has the option to extend for any period(s) up to 24 months.

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

The value shown in II.2.6 is the highest value estimated in the following range: £368,640 to £681,600, excluding VAT for Lot 1. Tenderers may bid for one or more lots. For the avoidance of doubt there is no limit to the number of lots a Supplier can bid for. The value has been calculated on the basis of a five year period and includes contingency for higher demand during the period of the Contract, for all Clients. There is no commitment as to the usage volume or value of orders required under this Contract.

II.2) Description

II.2.1) Title

Lot 2 - Spaceright

Lot No

2

II.2.2) Additional CPV code(s)

  • 39143210 - Dining tables
  • 50850000 - Repair and maintenance services of furniture
  • 39160000 - School furniture
  • 39141000 - Kitchen furniture and equipment

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKN - Northern Ireland
Main site or place of performance

Various locations throughout N Ireland.

II.2.4) Description of the procurement

FAE-23-014 Servicing and Repair of Folding Dining Tables

II.2.5) Award criteria

Quality criterion - Name: Delivery of Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 90

II.2.6) Estimated value

Value excluding VAT: £42,600

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

This Contract has the option to extend for any period(s) up to 24 months.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

This Contract has the option to extend for any period(s) up to 24 months.

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

The value shown in II.2.6 is the highest value estimated in the following range: £15,360 to £42,600, excluding VAT for Lot 2. Tenderers may bid for one or more lots. For the avoidance of doubt there is no limit to the number of lots a Supplier can bid for. The value has been calculated on the basis of a five year period and includes contingency for higher demand during the period of the Contract, for all Clients. There is no commitment as to the usage volume or value of orders required under this Contract.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the 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: 2024/S 000-009252

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

30 September 2024

Local time

3:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 28 January 2025

IV.2.7) Conditions for opening of tenders

Date

30 September 2024

Local time

3:30pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

This Contract will be established on behalf of EA, 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), and Controlled Youth Centres. https://www.education-ni.gov.uk/services/ schools-plus Further Education Colleges in NI https://www.nidirect.gov.uk/contacts/further-educationfe-colleges Grant Controlled Integrated Education Schools in NI. https://www.nicie.org/parents/school-finder/. Independent School in NI. https://www.isc.co.uk/ schools/northern-ireland/. Libraries NI. https://www.librariesni.org.uk/Libraries/. EA Teachers’ and Educational Centres. Council for the Curriculum, Examination and Assessment NI (CCEA), Armagh Observatory and Planetarium, Middletown Centre for Autism, Controlled Schools Support Council (CSSC), Northern Ireland Council for Integrated Education (NICIE) who may also use this Contract. The Successful Contractor(s) performance on this Contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note. 01/12 – Contract Management - Procedures and Principles). Contractors not delivering on Contract requirements is a serious matter. It means the public purse is not getting value for money. 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 within the Education Authority (EA) for further action. If this occurs and their 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 which may result in the termination of the Contract. 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 with the Contract document 4.FAE-23-014 Services (Contract) Commercial Conditions, Schedule 4 - 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 contract, deliver measurable social value outcomes as set within this Social Considerations Schedule. The Authority cannot give any commitment as to the usage, volume, or value of orders required under this Contract. Any levels, or aggregate values of goods, referred to are indicative only and. shall not be binding on the Client. . The Authority reserves the right not to award all of part of this Contract. The Authority expressly reserves the rights: (I) not to award any Contract as a result of the procurement process commenced by publication of this notice; (II) to make whatever changes it may see fit to the content and structure of the tendering Competition; (III) to award (a) a Contract in respect of any part(s) of the services covered by this notice; and (IV) to award the Contract in stages and in no circumstances will the Authority be liable for any costs incurred by candidates. . .

VI.4) Procedures for review

VI.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015

Belfast

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015