Award

Provision of Planned and Responsive Maintenance and Minor Works, Armagh ME Lot 1

EDUCATION AUTHORITY NI

This public procurement record has 1 release in its history.

AwardUpdate

01 Sep 2021 at 13:55

Summary of the contracting process

The Education Authority Northern Ireland (EANI) is currently engaged in a public procurement process for the "Provision of Planned and Responsive Maintenance and Minor Works, Armagh ME Lot 1". This contract falls under the building construction work category and is situated in the UK, specifically serving the old Southern Education and Library Board area. The procurement is in the Award stage, with the contract period extending from 2nd September 2021 to 31st May 2022. The contract value is approximately £55,265,000, with key dates including the award decision made on 28th May 2021 and the anticipated new contract commencement by 1st December 2021.

This tender presents significant opportunities for businesses specialising in mechanical and electrical maintenance, as well as those involved in minor construction works. Companies positioned within the construction industry, particularly SMEs, can benefit from this contract, especially those with experience in providing ongoing maintenance services to educational institutions. The ability to demonstrate reliability and efficiency in servicing existing contracts will be crucial for potential bidders, making this an excellent opportunity for businesses looking to expand their operations within the public sector.

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, Armagh ME Lot 1

Notice Description

Lot Information

Lot 1

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 1: Term Service Contracts For Mechanical and Electrical Maintenance and Minor Works in the old Southern Education and Library Board area, Contract Lot 1 as further described in OJEU Contract Notice.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02dbed
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/021630-2021
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Not Specified
Procurement Method Details
Not specified
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
£55,265,000 £10M-£100M

Notice Dates

Publication Date
1 Sep 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
27 May 20214 years ago
Contract Period
31 Aug 2021 - 31 May 2022 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Not Specified
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
BELFAST
Postcode
BT1 2NQ
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)
TLN06 Belfast
Delivery Location
Not specified

Local Authority
Belfast
Electoral Ward
Duncairn
Westminster Constituency
Belfast North

Supplier Information

Number of Suppliers
1
Supplier Name

LM SERVICES NI

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-02dbed-2021-09-01T14:55:04+01:00",
    "date": "2021-09-01T14:55:04+01:00",
    "ocid": "ocds-h6vhtk-02dbed",
    "initiationType": "tender",
    "tender": {
        "id": "Armagh ME Lot 1",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of Planned and Responsive Maintenance and Minor Works, Armagh ME Lot 1",
        "classification": {
            "scheme": "CPV",
            "id": "45210000",
            "description": "Building construction work"
        },
        "mainProcurementCategory": "works",
        "lots": [
            {
                "id": "1",
                "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 1: Term Service Contracts For Mechanical and Electrical Maintenance and Minor Works in the old Southern Education and Library Board area, Contract Lot 1 as further described in OJEU Contract Notice.",
                "contractPeriod": {
                    "startDate": "2021-09-02T00:00:00+01:00",
                    "endDate": "2022-05-31T23:59:59+01:00"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "021630-2021-Armagh ME Lot 1-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-17931",
                    "name": "LM Services NI Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-1727",
            "name": "Education Authority NI",
            "identifier": {
                "legalName": "Education Authority NI"
            },
            "address": {
                "streetAddress": "40 Academy Street",
                "locality": "Belfast",
                "region": "UK",
                "postalCode": "BT1 2NQ",
                "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"
            }
        },
        {
            "id": "GB-FTS-17931",
            "name": "LM Services NI Ltd",
            "identifier": {
                "legalName": "LM Services NI Ltd"
            },
            "address": {
                "locality": "Belfast",
                "region": "UKN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "info@lmservicesni.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://lmservicesni.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-1727",
        "name": "Education Authority NI"
    },
    "contracts": [
        {
            "id": "021630-2021-Armagh ME Lot 1-1",
            "awardID": "021630-2021-Armagh ME Lot 1-1",
            "status": "active",
            "value": {
                "amount": 55265000,
                "currency": "GBP"
            },
            "dateSigned": "2021-05-28T00:00:00+01:00",
            "period": {
                "startDate": "2021-09-01T00:00:00+01:00",
                "endDate": "2022-05-31T23:59:59+01:00"
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UKN"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "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. The total value of the extension is: 4,265,000 GBP (being 1,900,000 GBP until 30-11-2021; 1,575,000 GBP until 31-03-2022; and 790,000 GBP until 31-05-2022). Further information in VII.2.2 below.",
                    "rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: 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 069-165720)until 30-06-2021.EANI have underspent under each VEAT. Due to being unable to resolve the 9sets of proceedings relating to the re-procurement,it became necessary to seek a further unavoidable extension.EANI anticipates awarding the new Contract by30-11-2021.Optional extensions are to allow for unforeseen circumstances.Successive modifications were not to circumvent Part2of PCR2015,rather they became necessary due to the circumstances. The 11month modification value is circa PS4,265,000,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.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 ELEC11 Rate A, Rate B/D/E, Rate C 4.9pct, 9.2pct and 8.6pct respectively, applies to Sections 1, 2, 3, 4 and 5 of Price List; Rate B/D/E applies to Sections 3 and 5; PSA SOR MECH11 Rate A, Rate B/D/E, Rate C 9.8pct, 6.7pct and 8.6pct respectively, applies to Sections 1, 2 and 3; Rate B/D/E applies to Sections 2 and 3; PSA SOR BCE09 8.8pct applies to Section 4 Item OT010.370 to 460.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 be01-12-2021 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 period,which would represent poor VFM,compared to extending the Contract.The inflationary increases are necessary to secure the agreement of the original contract 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)."
                }
            ]
        }
    ],
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:278045-2021:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}