Award

FMM-22-010 The Education Authority Term Service Short Contract for the Provision of Building - 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

05 Sep 2024 at 15:59

TenderUpdate

02 Oct 2023 at 10:43

TenderUpdate

15 Sep 2023 at 13:19

TenderUpdate

24 Aug 2023 at 10:12

TenderUpdate

31 Jul 2023 at 14:51

Tender

05 Jul 2023 at 20:19

Summary of the contracting process

The Education Authority (EA) in Northern Ireland has awarded a framework contract for building maintenance services across three lots, covering various council areas. The title of the project is "FMM-22-010 The Education Authority Term Service Short Contract for the Provision of Building - Response, Planned Maintenance and Minor Works Lots 1, 2 and 3." The contract, which involves building works and asbestos services among other disciplines, is active, and was awarded on 30th August 2024. The total value of the framework spans from £35.6 million to £71.2 million (ex VAT) over an estimated four-year period. The awarded suppliers are MAURICE FLYNN SONS LTD for Lot 1, D MARTIN BUILDING for Lot 2, and Greystone Joinery Construction Ltd for Lot 3. This framework aims to cover essential reactive works, including planned maintenance and minor works in several administrative, educational, and transport premises located in Mid and East Antrim, Antrim and Newtownabbey, Lisburn and Castlereagh, Ards and North Down, Armagh, Banbridge, and Craigavon council areas.

This tender creates significant opportunities for various businesses, particularly those specialising in building construction, building installation, refurbishment, and roof works. Small and medium-sized enterprises (SMEs), as indicated by the awarded suppliers, are well-positioned to compete in such frameworks by leveraging their expertise in specific construction domains. The framework’s emphasis on delivering measurable social value outcomes aligns well with the EA's commitment to social inclusion, equal opportunities, and sustainable development. Businesses that can efficiently manage reactive and planned maintenance tasks, offer high-quality work, and deliver on social value will find this framework beneficial for growth. The open procurement method and clear evaluation criteria focusing on price and quality further facilitate fair competition among capable businesses.

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-22-010 The Education Authority Term Service Short Contract for the Provision of Building - Response, Planned Maintenance and Minor Works Lots 1, 2 and 3

Notice Description

The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services 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 Building: 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 Building: 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 Building: 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 Building maintenance service works Area North Council area Mid and East Antrim and Antrim and Newtownabbey Award per Item: No

The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services 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 Building: 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 Building: 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 Building: 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 has been awarded by 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 contract 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 is the highest value estimated in the following range for the requirement PS10,800,000 ex VAT [PS12,960,000 inc. VAT] and PS21,600,000 ex VAT [PS25,920,000 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.

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 Building maintenance service works Area East Council area Lisburn and Castlereagh and Ards and North Down Award per Item: No

The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services 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 Building: 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 Building: 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 Building: 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 has been awarded by 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 contract 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 is the highest value estimated in the following range for the requirement PS10,800,000 ex VAT [PS12,960,000 inc. VAT] and PS21,600,000 ex VAT [PS25,920,000 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.

Options: Lot Contract period of two years with the option of additional periods for a total maximumLot 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 Building maintenance service works Area South West Council area Armagh, Banbridge and Craigavon Award per Item: No

The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services 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 Building: 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 Building: 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 Building: 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 has been awarded by 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 contract 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 is the highest value estimated in the following range for the requirement PS14,000,000 ex VAT [PS16,800,000 inc. VAT] and PS28,000,000 ex VAT [PS33,600,000 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.

Options: Lot Contract period of two years with the option of additional periods for a total maximumLot 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-03df2b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028499-2024
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

45000000 - Construction work

45210000 - Building construction work

45214000 - Construction work for buildings relating to education and research

45260000 - Roof works and other special trade construction works

45300000 - Building installation work

45453100 - Refurbishment work

Notice Value(s)

Tender Value
£71,200,000 £10M-£100M
Lots Value
£71,200,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£49,600,000 £10M-£100M

Notice Dates

Publication Date
5 Sep 20241 years ago
Submission Deadline
30 Aug 2023Expired
Future Notice Date
Not specified
Award Date
29 Aug 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

D MARTIN BUILDING

GREYSTONE JOINERY CONSTRUCTION

MAURICE FLYNN SONS

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-03df2b-2024-09-05T16:59:55+01:00",
    "date": "2024-09-05T16:59:55+01:00",
    "ocid": "ocds-h6vhtk-03df2b",
    "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 PS35,600,000 ex VAT [PS42,720,000 inc. VAT] and PS71,200,000 ex VAT [PS85,440,000 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-03df2b",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "FMM-22-010 The Education Authority Term Service Short Contract for the Provision of Building - Response, Planned Maintenance and Minor Works Lots 1, 2 and 3",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45210000",
            "description": "Building construction work"
        },
        "mainProcurementCategory": "works",
        "description": "The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services 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 Building: 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 Building: 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 Building: 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": 71200000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 3
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 Building maintenance service works Area North Council area Mid and East Antrim and Antrim and Newtownabbey Award per Item: No",
                "description": "The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services 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 Building: 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 Building: 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 Building: 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 has been awarded by 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 contract 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 is the highest value estimated in the following range for the requirement PS10,800,000 ex VAT [PS12,960,000 inc. VAT] and PS21,600,000 ex VAT [PS25,920,000 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Price",
                            "type": "cost",
                            "description": "70"
                        }
                    ]
                },
                "value": {
                    "amount": 21600000,
                    "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 Building maintenance service works Area East Council area Lisburn and Castlereagh and Ards and North Down Award per Item: No",
                "description": "The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services 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 Building: 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 Building: 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 Building: 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 has been awarded by 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 contract 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 is the highest value estimated in the following range for the requirement PS10,800,000 ex VAT [PS12,960,000 inc. VAT] and PS21,600,000 ex VAT [PS25,920,000 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Price",
                            "type": "cost",
                            "description": "70"
                        }
                    ]
                },
                "value": {
                    "amount": 21600000,
                    "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 maximumLot Contract duration of 4 years."
                },
                "status": "cancelled"
            },
            {
                "id": "3",
                "title": "Lot 3 Building maintenance service works Area South West Council area Armagh, Banbridge and Craigavon Award per Item: No",
                "description": "The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services 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 Building: 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 Building: 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 Building: 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 has been awarded by 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 contract 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 is the highest value estimated in the following range for the requirement PS14,000,000 ex VAT [PS16,800,000 inc. VAT] and PS28,000,000 ex VAT [PS33,600,000 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.",
                "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 maximumLot Contract duration of 4 years."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45453100",
                        "description": "Refurbishment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45214000",
                        "description": "Construction work for buildings relating to education and research"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45260000",
                        "description": "Roof works and other special trade construction works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45453100",
                        "description": "Refurbishment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45214000",
                        "description": "Construction work for buildings relating to education and research"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45260000",
                        "description": "Roof works and other special trade construction works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45453100",
                        "description": "Refurbishment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45214000",
                        "description": "Construction work for buildings relating to education and research"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45260000",
                        "description": "Roof works and other special trade construction 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": "2023-09-05T15:30:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-09-12T15:30:00+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": "2023-09-12T15:30:00+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.2.7)"
                        }
                    }
                ]
            }
        ]
    },
    "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": {
                "name": "facilities.procureeani.org.uk",
                "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-8923",
            "name": "MAURICE FLYNN SONS LTD",
            "identifier": {
                "legalName": "MAURICE FLYNN SONS LTD"
            },
            "address": {
                "streetAddress": "2 Springbank Road, Springbank Industrial Estate",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT17 0QL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "aidan@mauriceflynn.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-123673",
            "name": "D MARTIN BUILDING",
            "identifier": {
                "legalName": "D MARTIN BUILDING"
            },
            "address": {
                "streetAddress": "UNIT 11 GLENVIEW IND ESTATE",
                "locality": "NEWTOWNARDS",
                "region": "UK",
                "postalCode": "BT23 6AY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "dmartinbuilding@gmail.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-123674",
            "name": "Greystone Joinery Construction Ltd",
            "identifier": {
                "legalName": "Greystone Joinery Construction Ltd"
            },
            "address": {
                "streetAddress": "65 Legilly Rd",
                "locality": "DUNGANNON",
                "region": "UK",
                "postalCode": "BT70 1PE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "info@greystonejc.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-84187",
        "name": "the Education Authority"
    },
    "language": "en",
    "awards": [
        {
            "id": "028499-2024-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Lot 1 Building maintenance service works (Area North) (Council area Mid and East Antrim and Antrim and Newtownabbey) Award per Item: No",
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-8923",
                    "name": "MAURICE FLYNN SONS LTD"
                }
            ]
        },
        {
            "id": "028499-2024-2-2",
            "relatedLots": [
                "2"
            ],
            "title": "Lot 2 Building maintenance service works (Area East) (Council area Lisburn and Castlereagh and Ards and North Down) Award per Item: No",
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-123673",
                    "name": "D MARTIN BUILDING"
                }
            ]
        },
        {
            "id": "028499-2024-3-3",
            "relatedLots": [
                "3"
            ],
            "title": "Lot 3 Building maintenance service works (Area South West) (Council area Armagh, Banbridge and Craigavon) Award per Item: No",
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-123674",
                    "name": "Greystone Joinery Construction Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "028499-2024-1-1",
            "awardID": "028499-2024-1-1",
            "title": "Lot 1 Building maintenance service works (Area North) (Council area Mid and East Antrim and Antrim and Newtownabbey) Award per Item: No",
            "status": "active",
            "value": {
                "amount": 21600000,
                "currency": "GBP"
            },
            "dateSigned": "2024-08-30T00:00:00+01:00"
        },
        {
            "id": "028499-2024-2-2",
            "awardID": "028499-2024-2-2",
            "title": "Lot 2 Building maintenance service works (Area East) (Council area Lisburn and Castlereagh and Ards and North Down) Award per Item: No",
            "status": "active",
            "value": {
                "amount": 21600000,
                "currency": "GBP"
            },
            "dateSigned": "2024-08-30T00:00:00+01:00"
        },
        {
            "id": "028499-2024-3-3",
            "awardID": "028499-2024-3-3",
            "title": "Lot 3 Building maintenance service works (Area South West) (Council area Armagh, Banbridge and Craigavon) Award per Item: No",
            "status": "active",
            "value": {
                "amount": 28000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-08-30T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 10
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "2",
                "value": 10
            },
            {
                "id": "11",
                "measure": "bids",
                "relatedLot": "3",
                "value": 9
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 8
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 8
            },
            {
                "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": 10
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 10
            },
            {
                "id": "14",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "3",
                "value": 9
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 10
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 10
            },
            {
                "id": "15",
                "measure": "electronicBids",
                "relatedLot": "3",
                "value": 9
            }
        ]
    }
}