Construction Tenders

Sun May 19 2024

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 3

Status Active

Published 5th Jul 2023

Tender Details
Referenceocds-h6vhtk-03df29
Common Procurement VocabularyRefurbishment work
Procurement MethodOpen procedure
Value£82,400,000
More Tenders »

No location provided

Category Works

Type

No. of Lots 3

Status Active

Published 5th Jul 2023

Tender Details
Referenceocds-h6vhtk-03df29
Common Procurement VocabularyRefurbishment work
Procurement MethodOpen procedure
Value£82,400,000

Section I: Contracting authority

I.1) Name and addresses

Education Authority Northern Ireland

40 Academy Street

Belfast

BT1 2NQ

Contact

facilities.procureeani.org.uk

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.1) Name and addresses

Libraries NI

Lisburn City Library 23 Linenhall Street

Lisburn

BT28 1FJ

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 involves joint procurement

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-23-001 The Education Authority Term Service Short Contract for the Provision of Mechanical and Electrical - Response, Planned Maintenance and Minor Works Lots 1, 2 and 3

II.1.2) Main CPV code

  • 45453100 - Refurbishment work

II.1.3) Type of contract

Works

II.1.4) Short description

The Measured Term Service Short Contract for the Provision of Mechanical and Electrical: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Mechanical and Electrical maintenance Works 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 Mechanical and Electrical: 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 Mechanical and Electrical: 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 Mechanical and Electrical: 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.1.5) Estimated total value

Value excluding VAT: £82,400,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

II.2) Description

II.2.1) Title

Lot 1 Mechanical and Electrical maintenance works (Area North) (Council area Mid and East Antrim and Antrim and Newtownabbey)

Lot No

1

II.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45351000 - Mechanical engineering installation works

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

The Measured Term Service Short Contract for the Provision of Mechanical and Electrical: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Mechanical and Electrical maintenance Works 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 Mechanical and Electrical: 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 Mechanical and Electrical: 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 Mechanical and Electrical: 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 - Name: Quality / Weighting: 30

Cost criterion - Name: Price / Weighting: 70

II.2.6) Estimated value

Value excluding VAT: £35,200,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Lot Contract period of two years with the option of additional period(s) for a total maximum Lot Contract duration of 4 years.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Lot Contract period of two years with the option of additional period(s) 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 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 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 II.2.6 is the highest value estimated in the following range for the requirement £35,200,000 (ex VAT) and £42,240,000 (inc VAT) which has been calculated on the basis of a four year Framework with additional contingency should the demand increase for any reason. The Authority expressly reserves the rights: (I) not to award any Framework or Lot 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) Framework in respect of any part(s) of the [services] covered by this notice; and (IV) to award the Framework in stages and in no circumstances will the Authority be liable for any costs incurred by candidates (V) to utilise the non-exclusivity clauses as outlined in the Framework documents at EA’s sole discretion.

II.2) Description

II.2.1) Title

Lot 2 Mechanical and Electrical maintenance works (Area East) (Council area Lisburn and Castlereagh and Ards and North Down)

Lot No

2

II.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45351000 - Mechanical engineering installation works

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

The Measured Term Service Short Contract for the Provision of Mechanical and Electrical: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Mechanical and Electrical maintenance Works 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 Mechanical and Electrical: 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 Mechanical and Electrical: 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 Mechanical and Electrical: 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 - Name: Quality / Weighting: 30

Cost criterion - Name: Price / Weighting: 70

II.2.6) Estimated value

Value excluding VAT: £19,200,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Lot Contract period of two years with the option of additional period(s) for a total maximum Lot Contract duration of 4 years.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Lot Contract period of two years with the option of additional period(s) 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 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 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 II.2.6 is the highest value estimated in the following range for the requirement £19,200,000 (ex VAT) and £23,040,000 (inc VAT) which has been calculated on the basis of a four year Framework with additional contingency should the demand increase for any reason. The Authority expressly reserves the rights: (I) not to award any Framework or Lot 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) Framework in respect of any part(s) of the [services] covered by this notice; and (IV) to award the Framework in stages and in no circumstances will the Authority be liable for any costs incurred by candidates (V) to utilise the non-exclusivity clauses as outlined in the Framework documents at EA’s sole discretion.

II.2) Description

II.2.1) Title

Lot 3 Mechanical and Electrical maintenance works (Area South West) (Council area Armagh, Banbridge and Craigavon)

Lot No

3

II.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45351000 - Mechanical engineering installation works

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

The Measured Term Service Short Contract for the Provision of Mechanical and Electrical: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Mechanical and Electrical maintenance Works 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 Mechanical and Electrical: 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 Mechanical and Electrical: 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 Mechanical and Electrical: 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 - Name: Quality / Weighting: 30

Cost criterion - Name: Price / Weighting: 70

II.2.6) Estimated value

Value excluding VAT: £28,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Lot Contract period of two years with the option of additional period(s) for a total maximum Lot Contract duration of 4 years.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Lot Contract period of two years with the option of additional period(s) 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 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 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 II.2.6 is the highest value estimated in the following range for the requirement £28,000,000 (ex VAT) and £33,600,000 (inc VAT) which has been calculated on the basis of a four year Framework with the as well as additional contingency should the demand increase for any reason. The Authority expressly reserves the rights: (I) not to award any Framework or Lot 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) Framework in respect of any part(s) of the [services] covered by this notice; and (IV) to award the Framework in stages and in no circumstances will the Authority be liable for any costs incurred by candidates (V) 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 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

30 August 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: 28 February 2031

IV.2.7) Conditions for opening of tenders

Date

30 August 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 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 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. 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 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 Authority 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 Contracting Authority has included. Social Considerations Clauses within the Framework.. The value shown in II.1.5 is the highest value estimated in the following range for the requirement £82,400,000 (ex vAT) and £98,880,000 (inc VAT) which has been calculated on the basis of a four year Framework with the as well as additional contingency should the demand increase for any reason. The Authority expressly reserves the rights: (I) not to award any Framework or Lot 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) Framework in respect of any part(s) of the [services] covered by this notice; and (IV) to award the Framework in stages and in no circumstances will the Authority be liable for any costs incurred by candidates (V) 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

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures.

Belfast

Country

United Kingdom