Notice Information
Notice Title
Provision of Planned and Responsive Maintenance and Minor Works - Belfast Building Lot 2
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 a Term Service Contract for Building Maintenance and Minor Works (Belfast Region) Lot 2 as further described in OJEU Contract Notice.
Lot Information
Lot 1
Provision of Planned and Responsive Building Maintenance and Minor Works to be carried out in schools and associated facilities located in the Education Authority (Belfast Region) Area Lot 2. Additional information: 3,150,000 GBP (being 1,500,000 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 106-258307) 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 PS3,150,000, 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 31-03-2021 is: PSA SOR BCE15 5.5pct applies to Sections 1, 2, 4, 5 and 6 of Price List; PSA SOR DEC12 5.0pct 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).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02b691
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/012063-2021
- 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
- £3,150,000 £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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-02b691-2021-05-28T16:45:03+01:00",
"date": "2021-05-28T16:45:03+01:00",
"ocid": "ocds-h6vhtk-02b691",
"initiationType": "tender",
"tender": {
"id": "Belfast Building Lot 2",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Planned and Responsive Maintenance and Minor Works - Belfast Building Lot 2",
"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 a Term Service Contract for Building Maintenance and Minor Works (Belfast Region) Lot 2 as further described in OJEU Contract Notice.",
"lots": [
{
"id": "1",
"description": "Provision of Planned and Responsive Building Maintenance and Minor Works to be carried out in schools and associated facilities located in the Education Authority (Belfast Region) Area Lot 2. Additional information: 3,150,000 GBP (being 1,500,000 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 106-258307) 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 PS3,150,000, 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 31-03-2021 is: PSA SOR BCE15 5.5pct applies to Sections 1, 2, 4, 5 and 6 of Price List; PSA SOR DEC12 5.0pct 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": "012063-2021-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17934",
"name": "Maurice Flynn and Sons Limited"
}
]
}
],
"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-17934",
"name": "Maurice Flynn and Sons Limited",
"identifier": {
"legalName": "Maurice Flynn and Sons Limited"
},
"address": {
"locality": "Belfast",
"region": "UKN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "business@mauriceflynn.com"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.mauriceflynn.com",
"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": "012063-2021-1",
"awardID": "012063-2021-1",
"status": "active",
"value": {
"amount": 3150000,
"currency": "GBP"
},
"dateSigned": "2021-05-28T00:00:00+01:00"
}
],
"language": "en"
}