Construction Tenders

Sun May 19 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 23rd Jun 2023

Tender Details
Referenceocds-h6vhtk-03dc3a
Common Procurement VocabularyRadiation protection services
Procurement MethodOpen procedure
Value£920,000
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 23rd Jun 2023

Tender Details
Referenceocds-h6vhtk-03dc3a
Common Procurement VocabularyRadiation protection services
Procurement MethodOpen procedure
Value£920,000

Section I: Contracting authority

I.1) Name and addresses

the Education Authority

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.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 electronically via

https://etendersni.gov.uk/epps

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

FMM-21-005 Radon Detection and Monitoring Services

Reference number

FMM-21-005

II.1.2) Main CPV code

  • 90721600 - Radiation protection services

II.1.3) Type of contract

Services

II.1.4) Short description

FMM-21-005 Radon Detection and Monitoring Services

II.1.5) Estimated total value

Value excluding VAT: £920,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 38432100 - Gas-analysis apparatus
  • 38420000 - Instruments for measuring flow, level and pressure of liquids and gases
  • 38543000 - Gas-detection equipment
  • 90731500 - Toxic gas detection services
  • 90721600 - Radiation protection services
  • 38341000 - Apparatus for measuring radiation
  • 38341600 - Radiation monitors
  • 38580000 - Non-medical equipment based on the use of radiations
  • 90731000 - Services related to air pollution

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

FMM-21-005 Radon Detection and Monitoring Services

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £920,000

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

The Options to extend, following the Initial Contract Period by up to 2 x 12 month extension periods.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The Options to extend, following the Initial Contract Period by up to 2 x 12 month extension periods.

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

Education Authority for Northern Ireland invites tenders for the following competition – a Contract for the Radon Detection and Monitoring Services throughout Northern Ireland. This Contract is let by the 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 contact these bodies may wish to utilise the contract 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 contract. 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 on-site at all of these schools, and Controlled Youth Centres. https://www.education-ni.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 II.2.6 is the highest value estimated in the following range for the requirement £455,905 - £910,541 (ex vAT) and 547,087 - £1,092,650 (inc VAT) which has been calculated on the basis of a three year Contract with the option to extend for up to two further periods of 12 months as well as additional contingency should the demand increase for any reason. 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) Contract in respect of any part(s) of the [services] covered by this notice; and (IV) to award Contract(s) in stages and in no circumstances will the. Authority be liable for any costs incurred by candidates. .


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

Date

25 July 2023

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: 23 October 2023

IV.2.7) Conditions for opening of tenders

Date

25 July 2023

Local time

3:30pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

Contract. Monitoring: The Successful Contractor's performance on this Contract will be managed as. per the specification 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 contract. 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 contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in 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 Contract 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. Education. Authority Northern Ireland (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 Authority has included with the contract 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 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 products. required under this Contract. Any levels, or aggregate values of services referred to are. indicative only and shall not be binding on the Client. The Contracting Authority has included. Social Considerations Clauses within the Contract.

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

Country

United Kingdom