Award

Provision of Planned and Responsive Maintenance and Minor Works - Dundonald Building Lot 1

EDUCATION AUTHORITY NI

This public procurement record has 1 release in its history.

Award

28 May 2021 at 15:45

Summary of the contracting process

The Education Authority Northern Ireland (EANI) is conducting a procurement process for the provision of planned and responsive maintenance and minor works under the title "Provision of Planned and Responsive Maintenance and Minor Works - Dundonald Building Lot 1." This procurement falls within the building construction industry category and is located in the area previously governed by the South Eastern Education and Library Board. The procurement method used is limited, with no prior publication of a call for competition. The award status is currently active, with the contract having a total value of £3,050,000, and the signed date being 28th May 2021. The contract term includes options for extension, which may last until 31st May 2022.

This tender presents significant opportunities for businesses specialising in construction and maintenance services, particularly those that can deliver responsive and planned maintenance across educational facilities. Companies with experience in working with local authorities, as well as those equipped to manage the complexities of existing contracts and provide swift adjustments in consideration of the Covid-19 context, would be particularly well-suited to compete for this work. The contract value and the potential for extension suggest that vendors demonstrating reliability and an established reputation in similar sectors could find valuable prospects through this procurement.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Planned and Responsive Maintenance and Minor Works - Dundonald Building Lot 1

Notice Description

The award of a contract by Education Authority Northern Ireland (EANI) without prior publication of a call for competition in the Official Journal of the European Union, in respect of the continued provision of Contract Lot 3: Term Service Contracts For Building Maintenance and Minor Works in the old South Eastern Education and Library Board area, Contract Lot 1 as further described in OJEU Contract Notice.

Lot Information

Lot 1

Provision of Planned and Responsive Maintenance Works for EANI across its property portfolio in the old South Eastern Education and Library Board area, Contract Lot 1 which includes but is not limited to controlled and uncontrolled schools. Additional information: 3,050,000 GBP (being 1,400,000 GBP until 30-11-2021; 1,075,000 GBP until 31-03-2022; and 575,000 GBP until 31-05-2022)

Options: An extension to 30-11-2021, with the further option for EANI, in its absolute discretion, to extend for up to two further periods of 4 months until 31-03-2022 and 2 months until 31-05-2022 at the latest.

Procurement Information

The Contract was for 1year with an option to extend up to a further 3years. Due to delays in re-procuring, Covid-19 and litigation, the Contract was extended on a number of occasions culminating in VEAT (2020/S 127-312040) until 30-06-2021.EANI have underspent under each VEAT. Due to being unable to resolve the 9 sets of proceedings in respect of the re-procurement it has become necessary to seek a further unavoidable extension. EANI anticipates awarding the new Contract by 30-11-2021.Optional extensions are to allow for unforeseen circumstances. Successive modifications were not to circumvent Part 2 of PCR2015, rather they have become necessary due to the relevant circumstances. The 11month modification value is circa PS3,050,000, which does not exceed 50% of the upper range of the original contract value. 50% of the value accounts for contingency due to the unknown volume of emergency work that may be required. Within such contingency also includes sums to permit work in other Lots as required. To secure continuity of service, as the contractor can no longer hold its price due to Covid-19 and/or Brexit, Task Orders issued on/after 01-07-2021 will be adjusted for inflation, calculated with the BCIS Measured Term Contract Updating Percentages. Inflation from mid-point of original contract to 31-03-2021is: PSA SOR BCE09 12.6pct applies to Sections 1, 2, 4, 5 and 6 of Price List; PSA SOR DEC12 11.9pct applies to Section 7 Item OT070. Inflation after 01.04.21 will be change in BCIS MTC Updating Percentages from 31.03.21 indices, based on TO issue date/latest published index. The proposed extended term and inflationary price uplift are permitted by Regulation72(1)(c) as the need for additional services from the original contractor is due to the ongoing litigation which could not have been foreseen and/or avoided by a diligent contracting authority and the modification does not alter the overall nature of the contract. In the alternative they are permitted by Regulation72(1)(b) as a change of provider: (i) cannot be made for economic and technical reasons such as requirements of interchangeability or interoperability of services procured under the original procurement given the need to ensure continued access to EANI schools and facilities. Given new contract commencement will be 01-12-2021 or asap thereafter, commencement of a new contractor twice in a short time period, especially in the current climate, would create risk to stability and integrity of services, be unsettling for users and could result in partial/total closure of schools and associated facilities; and (ii) would cause significant inconvenience and duplication of costs for EANI. Any new contractor would have start-up costs in recreating the current service for an unknown time period, which would represent poor VFM, compared to extending the Contract. The inflationary increases are necessary to secure the agreement of the original contractor to continue provision of the services given that the contract prices have been fixed for a considerable period. In respect of carrying out work in other Lots, this is permitted under the terms of the Contract and so permissible under Regulation72(1)(a).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02b68f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/012061-2021
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45210000 - Building construction work

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£3,050,000 £1M-£10M

Notice Dates

Publication Date
28 May 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
27 May 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
EDUCATION AUTHORITY NI
Contact Name
Not specified
Contact Email
facilities.procure@eani.org.uk
Contact Phone
Not specified

Buyer Location

Locality
BALLYMENA
Postcode
BT42 2HS
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN0F Mid and East Antrim
Delivery Location
TLN Northern Ireland

Local Authority
Mid and East Antrim
Electoral Ward
Ballee and Harryville
Westminster Constituency
North Antrim

Supplier Information

Number of Suppliers
1
Supplier Name

D MARTIN BUILDING

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02b68f-2021-05-28T16:45:02+01:00",
    "date": "2021-05-28T16:45:02+01:00",
    "ocid": "ocds-h6vhtk-02b68f",
    "initiationType": "tender",
    "tender": {
        "id": "Dundonald Building Lot 1",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of Planned and Responsive Maintenance and Minor Works - Dundonald Building Lot 1",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45210000",
            "description": "Building construction work"
        },
        "mainProcurementCategory": "works",
        "description": "The award of a contract by Education Authority Northern Ireland (EANI) without prior publication of a call for competition in the Official Journal of the European Union, in respect of the continued provision of Contract Lot 3: Term Service Contracts For Building Maintenance and Minor Works in the old South Eastern Education and Library Board area, Contract Lot 1 as further described in OJEU Contract Notice.",
        "lots": [
            {
                "id": "1",
                "description": "Provision of Planned and Responsive Maintenance Works for EANI across its property portfolio in the old South Eastern Education and Library Board area, Contract Lot 1 which includes but is not limited to controlled and uncontrolled schools. Additional information: 3,050,000 GBP (being 1,400,000 GBP until 30-11-2021; 1,075,000 GBP until 31-03-2022; and 575,000 GBP until 31-05-2022)",
                "hasOptions": true,
                "options": {
                    "description": "An extension to 30-11-2021, with the further option for EANI, in its absolute discretion, to extend for up to two further periods of 4 months until 31-03-2022 and 2 months until 31-05-2022 at the latest."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "The Contract was for 1year with an option to extend up to a further 3years. Due to delays in re-procuring, Covid-19 and litigation, the Contract was extended on a number of occasions culminating in VEAT (2020/S 127-312040) until 30-06-2021.EANI have underspent under each VEAT. Due to being unable to resolve the 9 sets of proceedings in respect of the re-procurement it has become necessary to seek a further unavoidable extension. EANI anticipates awarding the new Contract by 30-11-2021.Optional extensions are to allow for unforeseen circumstances. Successive modifications were not to circumvent Part 2 of PCR2015, rather they have become necessary due to the relevant circumstances. The 11month modification value is circa PS3,050,000, which does not exceed 50% of the upper range of the original contract value. 50% of the value accounts for contingency due to the unknown volume of emergency work that may be required. Within such contingency also includes sums to permit work in other Lots as required. To secure continuity of service, as the contractor can no longer hold its price due to Covid-19 and/or Brexit, Task Orders issued on/after 01-07-2021 will be adjusted for inflation, calculated with the BCIS Measured Term Contract Updating Percentages. Inflation from mid-point of original contract to 31-03-2021is: PSA SOR BCE09 12.6pct applies to Sections 1, 2, 4, 5 and 6 of Price List; PSA SOR DEC12 11.9pct applies to Section 7 Item OT070. Inflation after 01.04.21 will be change in BCIS MTC Updating Percentages from 31.03.21 indices, based on TO issue date/latest published index. The proposed extended term and inflationary price uplift are permitted by Regulation72(1)(c) as the need for additional services from the original contractor is due to the ongoing litigation which could not have been foreseen and/or avoided by a diligent contracting authority and the modification does not alter the overall nature of the contract. In the alternative they are permitted by Regulation72(1)(b) as a change of provider: (i) cannot be made for economic and technical reasons such as requirements of interchangeability or interoperability of services procured under the original procurement given the need to ensure continued access to EANI schools and facilities. Given new contract commencement will be 01-12-2021 or asap thereafter, commencement of a new contractor twice in a short time period, especially in the current climate, would create risk to stability and integrity of services, be unsettling for users and could result in partial/total closure of schools and associated facilities; and (ii) would cause significant inconvenience and duplication of costs for EANI. Any new contractor would have start-up costs in recreating the current service for an unknown time period, which would represent poor VFM, compared to extending the Contract. The inflationary increases are necessary to secure the agreement of the original contractor to continue provision of the services given that the contract prices have been fixed for a considerable period. In respect of carrying out work in other Lots, this is permitted under the terms of the Contract and so permissible under Regulation72(1)(a)."
    },
    "awards": [
        {
            "id": "012061-2021-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-17932",
                    "name": "D Martin Building"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-1913",
            "name": "Education Authority NI",
            "identifier": {
                "legalName": "Education Authority NI"
            },
            "address": {
                "streetAddress": "Ballee Road West",
                "locality": "Ballymena",
                "region": "UK",
                "postalCode": "BT42 2HS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "facilities.procure@eani.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-17932",
            "name": "D Martin Building",
            "identifier": {
                "legalName": "D Martin Building"
            },
            "address": {
                "locality": "Moneyreagh",
                "region": "UKN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "dmartinbuilding@gmail.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-8659",
            "name": "The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures",
            "identifier": {
                "legalName": "The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures"
            },
            "address": {
                "locality": "Ballymena",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1913",
        "name": "Education Authority NI"
    },
    "contracts": [
        {
            "id": "012061-2021-1",
            "awardID": "012061-2021-1",
            "status": "active",
            "value": {
                "amount": 3050000,
                "currency": "GBP"
            },
            "dateSigned": "2021-05-28T00:00:00+01:00"
        }
    ],
    "language": "en"
}