Award

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

THE EDUCATION AUTHORITY

This public procurement record has 6 releases in its history.

Award

02 Dec 2024 at 16:35

TenderUpdate

02 Oct 2023 at 10:49

TenderUpdate

15 Sep 2023 at 13:20

TenderUpdate

24 Aug 2023 at 10:24

TenderUpdate

31 Jul 2023 at 15:03

Tender

05 Jul 2023 at 20:12

Summary of the contracting process

The Education Authority (EA) has awarded a contract titled "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." The procurement falls under the refurbishment work industry category, encompassing mechanical and electrical maintenance services along with supplementary disciplines. Contracting spans across several council areas in Northern Ireland, divided into three lots (North, East, South West). This process, initiated via an open tender method, has proceeded to the award stage with the contract being active as of 20 November 2024. The estimated highest value for this four-year framework ranges from £17.6 million to £35.2 million (ex VAT), with social value outcomes being a significant consideration in the framework documents.

This tender opens numerous opportunities for businesses specialising in mechanical and electrical services, particularly in educational settings such as schools and youth service premises. Small and medium-sized enterprises (SMEs) are well-suited to compete given the framework's focus on maintaining high-quality standards while offering competitive pricing (with a weighted evaluation of 30% quality and 70% price). The contracts awarded to Irwin ME Limited, C H C GROUP LTD, and TOTALIS SOLUTIONS LTD highlight the scope for businesses to secure significant contracts, supporting not only business growth but also contributing to social inclusion and sustainability in 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

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

Notice 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 PS500k. 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.

Lot Information

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

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 PS500k. 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. 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 V.2.4 is the highest value estimated in the following range for the requirement PS17,600,000 excl VAT [PS21,120,000 incl VAT] and PS35,200,000 excl VAT [PS42,240,000 incl VAT] which has been calculated on the basis of a four year Framework with additional contingency should the demand increase for any reason, given the essential nature of theworks under the contract i.e. reactive works which cannot be forecasted in the pre procurement exercise or tender stage. The Authority expressly reserves the rights to utilise the non-exclusivity clauses as outlined in the Framework documents at EA's sole discretion.

Options: Lot Contract period of two years with the option of additional periods for a total maximum Lot Contract duration of 4 years.

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

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

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 PS500k. 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. 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 V.2.4 is the highest value estimated in the following range for the requirement PS9,600,000 excl VAT [PS11,520,000 incl VAT] and PS19,200,000 excl VAT [PS20,040,000 incl VAT] which has been calculated on the basis of a four year Framework with additional contingency should the demand increase for any reason, given the essential nature of the works under the contract i.e. reactive works which cannot be forecasted in the pre procurement exercise or tender stage. The Authority expressly reserves the rights to utilise the non-exclusivity clauses as outlined in the Framework documents at EA's sole discretion.

Options: Lot Contract period of two years with the option of additional periods for a total maximum Lot Contract duration of 4 years.

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

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

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 PS500k. 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. 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 V.2.4 is the highest value estimated in the following range for the requirement PS14,000,000 excl VAT [PS16,800,000 incl VAT] and PS28,000,000 excl VAT [PS33,600,000 incl VAT] which has been calculated on the basis of a four year Framework with additional contingency should the demand increase for any reason, given the essential nature of the works under the contract i.e. reactive works which cannot be forecasted in the pre procurement exercise or tender stage. The Authority expressly reserves the rights to utilise the non-exclusivity clauses as outlined in the Framework documents at EA's sole discretion.

Options: Lot Contract period of two years with the option of additional periods for a total maximum Lot Contract duration of 4 years.

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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03df29
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/038816-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45310000 - Electrical installation work

45351000 - Mechanical engineering installation works

45453100 - Refurbishment work

Notice Value(s)

Tender Value
£82,400,000 £10M-£100M
Lots Value
£82,400,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£82,400,000 £10M-£100M

Notice Dates

Publication Date
2 Dec 20241 years ago
Submission Deadline
30 Aug 2023Expired
Future Notice Date
Not specified
Award Date
20 Nov 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE EDUCATION AUTHORITY
Additional Buyers

EDUCATION AUTHORITY NORTHERN IRELAND

LIBRARIES NI

Contact Name
facilities.procureeani.org.uk
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
TLN Northern Ireland

Local Authority
Belfast
Electoral Ward
Duncairn
Westminster Constituency
Belfast North

Supplier Information

Number of Suppliers
3
Supplier Names

C H C GROUP

IRWIN ME

TOTALIS SOLUTIONS

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-03df29-2024-12-02T16:35:35Z",
    "date": "2024-12-02T16:35:35Z",
    "ocid": "ocds-h6vhtk-03df29",
    "description": "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 the Education Authority (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. The 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 EA has included within 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 EA 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 value shown in II.1.7 is the highest value estimated in the following range for the requirement PS9,600,000 ex VAT [PS11,520,000 inc. VAT] and PS82,400,000 ex VAT [PS98,880,000 inc. VAT] which has been calculated on the basis of a four year Framework with additional contingency should the demand increase for any reason, given the essential nature of the works under the contract i.e. reactive works which cannot be forecasted in the pre procurement exercise or tender stage. The Authority expressly reserves the rights to utilise the non-exclusivity clauses as outlined in the Framework documents at EA's sole discretion..",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03df29",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "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",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45453100",
            "description": "Refurbishment work"
        },
        "mainProcurementCategory": "works",
        "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 PS500k. 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.",
        "value": {
            "amount": 82400000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 3
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 Mechanical and Electrical maintenance works Area North Council area Mid and East Antrim and Antrim and Newtownabbey",
                "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 PS500k. 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. 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 V.2.4 is the highest value estimated in the following range for the requirement PS17,600,000 excl VAT [PS21,120,000 incl VAT] and PS35,200,000 excl VAT [PS42,240,000 incl VAT] which has been calculated on the basis of a four year Framework with additional contingency should the demand increase for any reason, given the essential nature of theworks under the contract i.e. reactive works which cannot be forecasted in the pre procurement exercise or tender stage. The Authority expressly reserves the rights to utilise the non-exclusivity clauses as outlined in the Framework documents at EA's sole discretion.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Price",
                            "type": "cost",
                            "description": "70"
                        }
                    ]
                },
                "value": {
                    "amount": 35200000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Lot Contract period of two years with the option of additional period(s) for a total maximum Lot Contract duration of 4 years."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Lot Contract period of two years with the option of additional periods for a total maximum Lot Contract duration of 4 years."
                },
                "status": "cancelled"
            },
            {
                "id": "2",
                "title": "Lot 2 Mechanical and Electrical maintenance works Area East Council area Lisburn and Castlereagh and Ards and North Down",
                "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 PS500k. 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. 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 V.2.4 is the highest value estimated in the following range for the requirement PS9,600,000 excl VAT [PS11,520,000 incl VAT] and PS19,200,000 excl VAT [PS20,040,000 incl VAT] which has been calculated on the basis of a four year Framework with additional contingency should the demand increase for any reason, given the essential nature of the works under the contract i.e. reactive works which cannot be forecasted in the pre procurement exercise or tender stage. The Authority expressly reserves the rights to utilise the non-exclusivity clauses as outlined in the Framework documents at EA's sole discretion.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Price",
                            "type": "cost",
                            "description": "70"
                        }
                    ]
                },
                "value": {
                    "amount": 19200000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Lot Contract period of two years with the option of additional period(s) for a total maximum Lot Contract duration of 4 years."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Lot Contract period of two years with the option of additional periods for a total maximum Lot Contract duration of 4 years."
                },
                "status": "cancelled"
            },
            {
                "id": "3",
                "title": "Lot 3 Mechanical and Electrical maintenance works Area South West Council area Armagh, Banbridge and Craigavon",
                "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 PS500k. 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. 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 V.2.4 is the highest value estimated in the following range for the requirement PS14,000,000 excl VAT [PS16,800,000 incl VAT] and PS28,000,000 excl VAT [PS33,600,000 incl VAT] which has been calculated on the basis of a four year Framework with additional contingency should the demand increase for any reason, given the essential nature of the works under the contract i.e. reactive works which cannot be forecasted in the pre procurement exercise or tender stage. The Authority expressly reserves the rights to utilise the non-exclusivity clauses as outlined in the Framework documents at EA's sole discretion.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Price",
                            "type": "cost",
                            "description": "70"
                        }
                    ]
                },
                "value": {
                    "amount": 28000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Lot Contract period of two years with the option of additional period(s) for a total maximum Lot Contract duration of 4 years."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Lot Contract period of two years with the option of additional periods for a total maximum Lot Contract duration of 4 years."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45351000",
                        "description": "Mechanical engineering installation works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45351000",
                        "description": "Mechanical engineering installation works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45351000",
                        "description": "Mechanical engineering installation works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-08-30T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2031-02-28T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2023-08-30T15:30:00+01:00"
        },
        "bidOpening": {
            "date": "2023-08-30T15:30:00+01:00"
        },
        "hasRecurrence": true,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-08-30T15:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-09-14T15:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2)"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2023-08-30T15:30:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-09-14T15:30:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.7)"
                        }
                    }
                ]
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-09-14T15:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-09-21T15:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2)"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2023-09-14T15:30:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-09-21T15:30:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.7)"
                        }
                    }
                ]
            },
            {
                "id": "3",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-09-21T15:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-10-05T15:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2)"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2023-09-21T15:30:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-10-05T15:30:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.7)"
                        }
                    }
                ]
            },
            {
                "id": "4",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-10-05T15:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-10-12T15:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2)"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2023-10-05T15:30:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-10-12T15:30:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2)"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-6497",
            "name": "Education Authority Northern Ireland",
            "identifier": {
                "legalName": "Education Authority Northern Ireland"
            },
            "address": {
                "streetAddress": "40 Academy Street",
                "locality": "Belfast",
                "region": "UK",
                "postalCode": "BT1 2NQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "facilities.procureeani.org.uk",
                "email": "facilities.procure@eani.org.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "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-3977",
            "name": "Libraries NI",
            "identifier": {
                "legalName": "Libraries NI"
            },
            "address": {
                "streetAddress": "Lisburn City Library 23 Linenhall Street",
                "locality": "Lisburn",
                "region": "UK",
                "postalCode": "BT28 1FJ",
                "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-3716",
            "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-84187",
            "name": "the Education Authority",
            "identifier": {
                "legalName": "the Education Authority"
            },
            "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-131755",
            "name": "Irwin ME Limited",
            "identifier": {
                "legalName": "Irwin ME Limited"
            },
            "address": {
                "streetAddress": "Unit 4 Diviny Drive",
                "locality": "CRAIGAVON",
                "region": "UK",
                "postalCode": "BT63 5WE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2838397990",
                "email": "adam.robinson@irwinm-e.com",
                "faxNumber": "+44 2838333256"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://irwinm-e.com/",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-131756",
            "name": "C H C GROUP LTD",
            "identifier": {
                "legalName": "C H C GROUP LTD"
            },
            "address": {
                "streetAddress": "Unit 33 Seagoe Industrial Area",
                "locality": "CRAIGAVON",
                "region": "UK",
                "postalCode": "BT63 5QD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2838338760",
                "email": "B.regan@chcltd.com",
                "faxNumber": "+44 2838338760"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://chcltd.com/",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-131757",
            "name": "TOTALIS SOLUTIONS LTD",
            "identifier": {
                "legalName": "TOTALIS SOLUTIONS LTD"
            },
            "address": {
                "streetAddress": "GROVE STREET EAST",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT5 5GH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2890454544",
                "email": "steven.hayes@totalis.uk",
                "faxNumber": "+44 2890452545"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.totalis.uk/",
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-84187",
        "name": "the Education Authority"
    },
    "language": "en",
    "awards": [
        {
            "id": "038816-2024-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Lot 1 Mechanical and Electrical maintenance works (Area North) (Council area Mid and East Antrim and Antrim and Newtownabbey)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-131755",
                    "name": "Irwin ME Limited"
                }
            ]
        },
        {
            "id": "038816-2024-2-2",
            "relatedLots": [
                "2"
            ],
            "title": "Lot 2 Mechanical and Electrical maintenance works (Area East) (Council area Lisburn and Castlereagh and Ards and North Down)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-131756",
                    "name": "C H C GROUP LTD"
                }
            ]
        },
        {
            "id": "038816-2024-3-3",
            "relatedLots": [
                "3"
            ],
            "title": "Lot 3 Mechanical and Electrical maintenance works (Area South West) (Council area Armagh, Banbridge and Craigavon)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-131757",
                    "name": "TOTALIS SOLUTIONS LTD"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "038816-2024-1-1",
            "awardID": "038816-2024-1-1",
            "title": "Lot 1 Mechanical and Electrical maintenance works (Area North) (Council area Mid and East Antrim and Antrim and Newtownabbey)",
            "status": "active",
            "value": {
                "amount": 35200000,
                "currency": "GBP"
            },
            "dateSigned": "2024-11-20T00:00:00Z"
        },
        {
            "id": "038816-2024-2-2",
            "awardID": "038816-2024-2-2",
            "title": "Lot 2 Mechanical and Electrical maintenance works (Area East) (Council area Lisburn and Castlereagh and Ards and North Down)",
            "status": "active",
            "value": {
                "amount": 19200000,
                "currency": "GBP"
            },
            "dateSigned": "2024-11-20T00:00:00Z"
        },
        {
            "id": "038816-2024-3-3",
            "awardID": "038816-2024-3-3",
            "title": "Lot 3 Mechanical and Electrical maintenance works (Area South West) (Council area Armagh, Banbridge and Craigavon)",
            "status": "active",
            "value": {
                "amount": 28000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-11-20T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "2",
                "value": 7
            },
            {
                "id": "11",
                "measure": "bids",
                "relatedLot": "3",
                "value": 7
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 7
            },
            {
                "id": "12",
                "measure": "smeBids",
                "relatedLot": "3",
                "value": 7
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "13",
                "measure": "foreignBidsFromEU",
                "relatedLot": "3",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 7
            },
            {
                "id": "14",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "3",
                "value": 7
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 7
            },
            {
                "id": "15",
                "measure": "electronicBids",
                "relatedLot": "3",
                "value": 7
            }
        ]
    }
}