Award

Provision of Planned and Responsive Maintenance and Minor Works - Ballymena M&E Lot 1

EDUCATION AUTHORITY NI

This public procurement record has 2 releases in its history.

AwardUpdate

24 Jun 2022 at 13:21

Award

15 Apr 2022 at 15:44

Summary of the contracting process

The Education Authority Northern Ireland is seeking bids for the "Provision of Planned and Responsive Maintenance and Minor Works - Ballymena M&E Lot 1". This procurement falls under the works category within the building construction sector, and is primarily located in the North Eastern Education and Library Board area. The contract is currently in the Award stage, having been signed on 12th April 2022, with a value of £22,750,000. The contract period commenced on 25th June 2022 and is expected to run until 30th September 2023, with options for extensions and an active supplier being LM Services NI Ltd.

This tender presents a valuable opportunity for businesses specialising in mechanical and electrical maintenance and construction works. Companies that are well-positioned to compete include SMEs focused on building services, facilities management, and contractors with experience in educational infrastructure. The ongoing nature of the maintenance works and the possibility for contract extensions may allow businesses to secure a steady stream of income while contributing to the upkeep of educational facilities in the region.

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 - Ballymena M&E 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 1: Term Service Contracts for Mechanical and Electrical Maintenance Works in the old North Eastern Education and Library Board area (Area 1), Contract Lot 1 as further described in OJEU Contract Notice and as outlined in the previous VEAT issued on 28 May 2021.

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 Works in the old North Eastern Education and Library Board area (Area 1), Contract Lot 1 as further described in OJEU Contract Notice and as outlined in the previous VEAT issued on 15 April 2022.

Options: An extension to 31 May 2023 with the option for EANI to extend at its absolute discretion for an additional period of four months until 30 September 2023.

Procurement Information

Regulation 72(1)(c) permits this extension due to unforeseen circumstances which a diligent contracting authority could not have foreseen, overall nature of contract is not altered and Modification value is GBP 4 000 000 which does not exceed 50 % of original contract value. This contingency includes sums to permit work in other Lots (as per the contract and Regulation 72 (1) (a)). To secure continuity, Task Orders issued on/after 1 July 2021 as per VEAT (2021/S 105-278055) are adjusted for inflation, calculated with the BCIS Measured Term Contract Updating Percentages. Inflation from mid-point of original contract to 31 March 2021 is: PSA SOR ELEC11 Rate A, Rate B/D/E, Rate C 12.6 pct, 14.1 pct and 13.9 pct respectively, applies to Sections 1, 2, 3, 4 and 5 of Price List; Rate B/D/E applies to Section 3; PSA SOR MECH11 Rate A, Rate B/D/E, Rate C 20.7 pct, 12.2 pct and 13.9 pct respectively, applies to Sections 1, 2 and 3; Rate B/D/E applies to Section 3; PSA SOR BCE09 14.3 pct applies to Section 4 Item OT010.370 to 460. Inflation after 1 April 2021 is changed in BCIS MTC Updating Percentages from 31 March 2021 indices based on TO issue date/latest published index. For travel expenses for Response Task Orders issued outside of the Lot received on or after 1 June 2022, an additional amount for travel has been included. It is the EA's intention, upon receipt of the compelling evidence, to consider the review of certain prices in the price lists for specific elements of which the impact of inflation is higher than what could have reasonably and diligently anticipated. This includes: Aluminium window systems and associated items comprising glazing, flashings and insulated panels, Aluminium curtain walling and associated items comprising glazing, flashings and insulated panels, Aluminium doors and associated items comprising sidelights and fanlights, Coated macadam roads and pavings and associated items comprising regulating courses, Asphalt roads and pavings and associated items comprising chippings, Proprietary coloured safety sports surfacings (wet-pour) and associated items comprising logos, patterns, graphics. Metal fencing comprising chain link, anti-intruder chain link, steel palisade security, roll-top, rigid mesh panel, steel ball-stop and rotating barrier, and associated items comprising straining posts and single and double gates (excluding work to old fencing) copper cabling comprising HV/LV cables, standard power cables 600/1000V, armoured and armoured: fire resistant, sizes exceeding 500mm2 one core, 185mm2 two core, 120mm2 three core and 95mm2 four core (Rate A only) Copper cabling comprising HV/LV cables: standard power cables 1900/3300V, armoured, sizes exceeding 150mm2 one core and 120mm2 two core (Rate A only) Regulation 72(1)(b) further permits this extension as a change of provider: (i) cannot be made for economic and technical reasons as requirements of interchangeability or interoperability of services procured under the original procurement and given the need to ensure continued access to EANI schools and facilities and could result in partial/total closure of schools; and (ii) will cause significant inconvenience and duplication of costs. EANI envisages new contract award by 30/09/23.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-032e3b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/017360-2022
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
£26,750,000 £10M-£100M

Notice Dates

Publication Date
24 Jun 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
11 Apr 20223 years ago
Contract Period
24 Jun 2022 - 30 Sep 2023 1-2 years
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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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
TLN Northern Ireland

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-032e3b-2022-06-24T14:21:02+01:00",
    "date": "2022-06-24T14:21:02+01:00",
    "ocid": "ocds-h6vhtk-032e3b",
    "initiationType": "tender",
    "tender": {
        "id": "Ballymena M&E Lot 1",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of Planned and Responsive Maintenance and Minor Works - Ballymena M&E 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 1: Term Service Contracts for Mechanical and Electrical Maintenance Works in the old North Eastern Education and Library Board area (Area 1), Contract Lot 1 as further described in OJEU Contract Notice and as outlined in the previous VEAT issued on 28 May 2021.",
        "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 Works in the old North Eastern Education and Library Board area (Area 1), Contract Lot 1 as further described in OJEU Contract Notice and as outlined in the previous VEAT issued on 15 April 2022.",
                "hasOptions": true,
                "options": {
                    "description": "An extension to 31 May 2023 with the option for EANI to extend at its absolute discretion for an additional period of four months until 30 September 2023."
                },
                "contractPeriod": {
                    "startDate": "2022-06-25T00:00:00+01:00",
                    "endDate": "2023-09-30T23:59:59+01:00"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "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": "Regulation 72(1)(c) permits this extension due to unforeseen circumstances which a diligent contracting authority could not have foreseen, overall nature of contract is not altered and Modification value is GBP 4 000 000 which does not exceed 50 % of original contract value. This contingency includes sums to permit work in other Lots (as per the contract and Regulation 72 (1) (a)). To secure continuity, Task Orders issued on/after 1 July 2021 as per VEAT (2021/S 105-278055) are adjusted for inflation, calculated with the BCIS Measured Term Contract Updating Percentages. Inflation from mid-point of original contract to 31 March 2021 is: PSA SOR ELEC11 Rate A, Rate B/D/E, Rate C 12.6 pct, 14.1 pct and 13.9 pct respectively, applies to Sections 1, 2, 3, 4 and 5 of Price List; Rate B/D/E applies to Section 3; PSA SOR MECH11 Rate A, Rate B/D/E, Rate C 20.7 pct, 12.2 pct and 13.9 pct respectively, applies to Sections 1, 2 and 3; Rate B/D/E applies to Section 3; PSA SOR BCE09 14.3 pct applies to Section 4 Item OT010.370 to 460. Inflation after 1 April 2021 is changed in BCIS MTC Updating Percentages from 31 March 2021 indices based on TO issue date/latest published index. For travel expenses for Response Task Orders issued outside of the Lot received on or after 1 June 2022, an additional amount for travel has been included. It is the EA's intention, upon receipt of the compelling evidence, to consider the review of certain prices in the price lists for specific elements of which the impact of inflation is higher than what could have reasonably and diligently anticipated. This includes: Aluminium window systems and associated items comprising glazing, flashings and insulated panels, Aluminium curtain walling and associated items comprising glazing, flashings and insulated panels, Aluminium doors and associated items comprising sidelights and fanlights, Coated macadam roads and pavings and associated items comprising regulating courses, Asphalt roads and pavings and associated items comprising chippings, Proprietary coloured safety sports surfacings (wet-pour) and associated items comprising logos, patterns, graphics. Metal fencing comprising chain link, anti-intruder chain link, steel palisade security, roll-top, rigid mesh panel, steel ball-stop and rotating barrier, and associated items comprising straining posts and single and double gates (excluding work to old fencing) copper cabling comprising HV/LV cables, standard power cables 600/1000V, armoured and armoured: fire resistant, sizes exceeding 500mm2 one core, 185mm2 two core, 120mm2 three core and 95mm2 four core (Rate A only) Copper cabling comprising HV/LV cables: standard power cables 1900/3300V, armoured, sizes exceeding 150mm2 one core and 120mm2 two core (Rate A only) Regulation 72(1)(b) further permits this extension as a change of provider: (i) cannot be made for economic and technical reasons as requirements of interchangeability or interoperability of services procured under the original procurement and given the need to ensure continued access to EANI schools and facilities and could result in partial/total closure of schools; and (ii) will cause significant inconvenience and duplication of costs. EANI envisages new contract award by 30/09/23."
    },
    "awards": [
        {
            "id": "010143-2022-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-17931",
                    "name": "LM Services NI Ltd"
                }
            ]
        },
        {
            "id": "017360-2022-Ballymena M&E Lot 1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Provision of Planned and Responsive Maintenance and Minor Works - Ballymena M&E Lot 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",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "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-3185",
            "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": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-17935",
            "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": "010143-2022-1",
            "awardID": "010143-2022-1",
            "status": "active",
            "value": {
                "amount": 4000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-04-12T00:00:00+01:00"
        },
        {
            "id": "017360-2022-Ballymena M&E Lot 1-1",
            "awardID": "017360-2022-Ballymena M&E Lot 1-1",
            "title": "Provision of Planned and Responsive Maintenance and Minor Works - Ballymena M&E Lot 1",
            "status": "active",
            "value": {
                "amount": 22750000,
                "currency": "GBP"
            },
            "dateSigned": "2022-04-12T00:00:00+01:00",
            "period": {
                "startDate": "2022-06-25T00:00:00+01:00",
                "endDate": "2023-09-30T23:59:59+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 31 May 2023 with the further option for EANI, in its absolute discretion, to extend for four months to 30 September 2023. The total value of the extension is PS4,000,000 GBP. Further information in VII.2.2 below.",
                    "rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: Regulation 72(1)(c) permits this extension due to unforeseen circumstances which a diligent contracting authority could not have foreseen, overall nature of contract is not altered and Modification value is GBP 4 000 000 which does not exceed 50 % of original contract value. This contingency includes sums to permit work in other Lots (as per the contract and Regulation 72 (1) (a)). To secure continuity, Task Orders issued on/after 1 July 2021 as per VEAT (2021/S 105-278055) are adjusted for inflation, calculated with the BCIS Measured Term Contract Updating Percentages. Inflation from mid-point of original contract to 31 March 2021 is: PSA SOR ELEC11 Rate A, Rate B/D/E, Rate C 12.6 pct, 14.1 pct and 13.9 pct respectively, applies to Sections 1, 2, 3, 4 and 5 of Price List; Rate B/D/E applies to Section 3; PSA SOR MECH11 Rate A, Rate B/D/E, Rate C 20.7 pct, 12.2 pct and 13.9 pct respectively, applies to Sections 1, 2 and 3; Rate B/D/E applies to Section 3; PSA SOR BCE09 14.3 pct applies to Section 4 Item OT010.370 to 460. Inflation after 1 April 2021 is changed in BCIS MTC Updating Percentages from 31 March 2021 indices based on TO issue date/latest published index. For travel expenses for Response Task Orders issued outside of the Lot received on or after 1 June 2022, an additional amount for travel has been included. It is the EA's intention, upon receipt of the compelling evidence, to consider the review of certain prices in the price lists for specific elements of which the impact of inflation is higher than what could have reasonably and diligently anticipated. This includes: Aluminium window systems and associated items comprising glazing, flashings and insulated panels, Aluminium curtain walling and associated items comprising glazing, flashings and insulated panels, Aluminium doors and associated items comprising sidelights and fanlights, Coated macadam roads and pavings and associated items comprising regulating courses, Asphalt roads and pavings and associated items comprising chippings, Proprietary coloured safety sports surfacings (wet-pour) and associated items comprising logos, patterns, graphics. Metal fencing comprising chain link, anti-intruder chain link, steel palisade security, roll-top, rigid mesh panel, steel ball-stop and rotating barrier, and associated items comprising straining posts and single and double gates (excluding work to old fencing) copper cabling comprising HV/LV cables, standard power cables 600/1000V, armoured and armoured: fire resistant, sizes exceeding 500mm2 one core, 185mm2 two core, 120mm2 three core and 95mm2 four core (Rate A only) Copper cabling comprising HV/LV cables: standard power cables 1900/3300V, armoured, sizes exceeding 150mm2 one core and 120mm2 two core (Rate A only). Regulation 72(1)(b) further permits this extension as a change of provider: (i) cannot be made for economic and technical reasons as requirements of interchangeability or interoperability of services procured under the original procurement and given the need to ensure continued access to EANI schools and facilities and could result in partial/total closure of schools; and (ii) will cause significant inconvenience and duplication of costs. EANI envisages new contract award by 30/09/23."
                }
            ]
        }
    ],
    "language": "en"
}