Notice Information
Notice Title
Provision of Planned and Responsive Maintenance and Minor Works - Belfast Electrical Lot 1
Notice Description
The award of a contract by Education Authority Northern Ireland (EANI) without prior publication of a call for competition in the Official Journal of the European Union, in respect of the continued provision of a Term Service Contract for Electrical Maintenance and Minor Works (Belfast Region) Lot 1 as further described in OJEU Contract Notice and as outlined in the previous VEATs issued on 28 May 2021, 15 April 2022, 13 December 2022, September 2023 and 8 February 2024.
Lot Information
Lot 1
Provision of planned and responsive electrical maintenance and minor works to be carried out in schools and associated facilities located in the Education Authority (Belfast Region) Area Lot 1.
Options: The previous VEAT 2024/S 000-004324 issued on 8 February 2024 extended this contract until 31 August 2025 with an option for the EANI to terminate, at its sole discretion, the contract by providing the contractor with written notice of its intention to terminate the contract. This option has not been exercised. Instead, this notice concerns EA's intention, upon receipt of compelling evidence, to consider the review of certain prices in the price lists for specific elements of which the impact of inflation is higher than what could have reasonably and diligently anticipated. The overall nature of contract is not altered.
Procurement Information
To secure continuity, Task Orders issued on/after 1 July 2021 as per VEAT (2022/S 000-010138) are adjusted for inflation, calculated with the BCIS Measured Term Contract Updating Percentages. Inflation from mid-point of original contract to 31 March 2021 is: PSA SOR ELEC11 Rate A, Rate B/D/E, Rate C 7.6 pct, 14.1 pct and 13.9 pct respectively, applies to Sections 1, 2, 3 and 4 of Price List; Rate B/D/E applies to Section 3; PSA SOR MECH11 Rate A, Rate B/D/ E, Rate C 20.7 pct, 12.2 pct and 13.9 pct respectively, applies to Sections 1, 2 and 3; Rate B/D/E applies to Section 3; PSA SOR BCE09 14.3 pct applies to Section 4 Item OT010.370 to 460. Inflation after 1 April 2021 is changed in BCIS MTC Updating Percentages from 31 March 2021 indices based on TO issue date/latest published index. For travel expenses for Response Task Orders issued outside of Lot received on or after 1 June 2022, an additional amount for travel has been included. It is the EA's intention, upon receipt of compelling evidence, to consider the review of certain prices in the price lists for specific elements of which the impact of inflation is higher than what could have reasonably and diligently anticipated. This includes: Copper cabling comprising HV/LV cables: standard power cables 600/1000V, armoured and armoured: fire resistant, sizes exceeding 500mm2 one core, 185mm2 two core, 120mm2 three core and 95mm2 four core (Rate A only), Copper cabling comprising HV/LV cables: standard power cables 1900/3300V, armoured, sizes exceeding 150mm2 one core and 120mm2 two core (Rate A only), Surface trunking: steel; standard; one / two compartment; size 50 x 50 / 75 x 75 / 100 x 50 / 100 x 100; including lids and extra over items, i.e. accessories (Rate A only), 600 / 1000 V: armoured insulated cable to BS 7846: fire resistant to BS 6387 category CWZ, BS EN 50200 PH60, BS 8434-1 30 minutes, BS EN 60332-1-2, BS EN 60332-3-24: low emission of smoke and corrosive gases when affected by fire to BS EN 61034-2,BS EN 60754-1 and 2; four core; size 10mm2 / 16mm2 / 25mm2 (Rate A only), Insulation; aluminium foil; joints sealed with tape and banded around pipe and fittings; all sizes / thickness (Rate A only), Flexible conduit; metallic; steel; size 20mm (Rate A only), Cable tray; perforated galvanised steel; plain flange edge; light / medium / heavy duty; width 50mm / 100mm / 150mm including ventilated cover and extra over items, i.e. accessories (Rate A only), Cable tray; wire basket; zinc plated steel; not exceeding 30mm deep / 30 to 60mm deep / 60 to 110mm deep; width 50mm / 100mm / 150mm; including extra over items, i.e. accessories (Rate A only), 450 / 750 V: wiring cable: insulated and sheathed flame retardant to BS EN 60332-1-2: low emission of smoke and corrosive gases when affected by fire to BS EN 61034-2 and BS EN 60754-1 and 2; single core to BS 7211: flame retardant to BS EN 60332-1-2; two / three / four core screened: flame retardant to BS EN 60332-1-2 and BS EN 60332-3-4: size 1.5mm2 or greater (Rate A only), 600 / 1000 V: armoured insulated cable to BS 7846: fire resistant to BS 6387 category CWZ, BS EN 50200 PH60, BS 8434-1 30 minutes, BS EN 60332-1-2, BS EN 60332-3-24: low emission of smoke and corrosive gases when affected by fire to BS EN 61034-2,BS EN 60754-1 and 2; 3 / 4 core; 1.5mm2 or greater (Rate A only), 600 / 1000 V: mains power cable: thermosetting insulated: steel wire armoured; three / four core; 6.0mm2 or greater (Rate A only) and Radiators: panel: steel; single and double convector; all sizes (Rate A only)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-043898
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010446-2024
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45210000 - Building construction work
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £4,000,001 £1M-£10M
Notice Dates
- Publication Date
- 28 Mar 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 8 Feb 20242 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE EDUCATION AUTHORITY
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- facilities.procure@eani.org.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT1 2NQ
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Duncairn
- Westminster Constituency
- Belfast North
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-043898-2024-03-28T19:09:52Z",
"date": "2024-03-28T19:09:52Z",
"ocid": "ocds-h6vhtk-043898",
"initiationType": "tender",
"tender": {
"id": "Belfast Electrical Lot 1",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Planned and Responsive Maintenance and Minor Works - Belfast Electrical Lot 1",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
"mainProcurementCategory": "works",
"description": "The award of a contract by Education Authority Northern Ireland (EANI) without prior publication of a call for competition in the Official Journal of the European Union, in respect of the continued provision of a Term Service Contract for Electrical Maintenance and Minor Works (Belfast Region) Lot 1 as further described in OJEU Contract Notice and as outlined in the previous VEATs issued on 28 May 2021, 15 April 2022, 13 December 2022, September 2023 and 8 February 2024.",
"lots": [
{
"id": "1",
"description": "Provision of planned and responsive electrical maintenance and minor works to be carried out in schools and associated facilities located in the Education Authority (Belfast Region) Area Lot 1.",
"hasOptions": true,
"options": {
"description": "The previous VEAT 2024/S 000-004324 issued on 8 February 2024 extended this contract until 31 August 2025 with an option for the EANI to terminate, at its sole discretion, the contract by providing the contractor with written notice of its intention to terminate the contract. This option has not been exercised. Instead, this notice concerns EA's intention, upon receipt of compelling evidence, to consider the review of certain prices in the price lists for specific elements of which the impact of inflation is higher than what could have reasonably and diligently anticipated. The overall nature of contract is not altered."
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKN"
},
{
"region": "UKN"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"coveredBy": [
"GPA"
],
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "To secure continuity, Task Orders issued on/after 1 July 2021 as per VEAT (2022/S 000-010138) are adjusted for inflation, calculated with the BCIS Measured Term Contract Updating Percentages. Inflation from mid-point of original contract to 31 March 2021 is: PSA SOR ELEC11 Rate A, Rate B/D/E, Rate C 7.6 pct, 14.1 pct and 13.9 pct respectively, applies to Sections 1, 2, 3 and 4 of Price List; Rate B/D/E applies to Section 3; PSA SOR MECH11 Rate A, Rate B/D/ E, Rate C 20.7 pct, 12.2 pct and 13.9 pct respectively, applies to Sections 1, 2 and 3; Rate B/D/E applies to Section 3; PSA SOR BCE09 14.3 pct applies to Section 4 Item OT010.370 to 460. Inflation after 1 April 2021 is changed in BCIS MTC Updating Percentages from 31 March 2021 indices based on TO issue date/latest published index. For travel expenses for Response Task Orders issued outside of Lot received on or after 1 June 2022, an additional amount for travel has been included. It is the EA's intention, upon receipt of compelling evidence, to consider the review of certain prices in the price lists for specific elements of which the impact of inflation is higher than what could have reasonably and diligently anticipated. This includes: Copper cabling comprising HV/LV cables: standard power cables 600/1000V, armoured and armoured: fire resistant, sizes exceeding 500mm2 one core, 185mm2 two core, 120mm2 three core and 95mm2 four core (Rate A only), Copper cabling comprising HV/LV cables: standard power cables 1900/3300V, armoured, sizes exceeding 150mm2 one core and 120mm2 two core (Rate A only), Surface trunking: steel; standard; one / two compartment; size 50 x 50 / 75 x 75 / 100 x 50 / 100 x 100; including lids and extra over items, i.e. accessories (Rate A only), 600 / 1000 V: armoured insulated cable to BS 7846: fire resistant to BS 6387 category CWZ, BS EN 50200 PH60, BS 8434-1 30 minutes, BS EN 60332-1-2, BS EN 60332-3-24: low emission of smoke and corrosive gases when affected by fire to BS EN 61034-2,BS EN 60754-1 and 2; four core; size 10mm2 / 16mm2 / 25mm2 (Rate A only), Insulation; aluminium foil; joints sealed with tape and banded around pipe and fittings; all sizes / thickness (Rate A only), Flexible conduit; metallic; steel; size 20mm (Rate A only), Cable tray; perforated galvanised steel; plain flange edge; light / medium / heavy duty; width 50mm / 100mm / 150mm including ventilated cover and extra over items, i.e. accessories (Rate A only), Cable tray; wire basket; zinc plated steel; not exceeding 30mm deep / 30 to 60mm deep / 60 to 110mm deep; width 50mm / 100mm / 150mm; including extra over items, i.e. accessories (Rate A only), 450 / 750 V: wiring cable: insulated and sheathed flame retardant to BS EN 60332-1-2: low emission of smoke and corrosive gases when affected by fire to BS EN 61034-2 and BS EN 60754-1 and 2; single core to BS 7211: flame retardant to BS EN 60332-1-2; two / three / four core screened: flame retardant to BS EN 60332-1-2 and BS EN 60332-3-4: size 1.5mm2 or greater (Rate A only), 600 / 1000 V: armoured insulated cable to BS 7846: fire resistant to BS 6387 category CWZ, BS EN 50200 PH60, BS 8434-1 30 minutes, BS EN 60332-1-2, BS EN 60332-3-24: low emission of smoke and corrosive gases when affected by fire to BS EN 61034-2,BS EN 60754-1 and 2; 3 / 4 core; 1.5mm2 or greater (Rate A only), 600 / 1000 V: mains power cable: thermosetting insulated: steel wire armoured; three / four core; 6.0mm2 or greater (Rate A only) and Radiators: panel: steel; single and double convector; all sizes (Rate A only)"
},
"awards": [
{
"id": "004324-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-27090",
"name": "Irwin ME Ltd"
}
]
},
{
"id": "010446-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-27090",
"name": "Irwin ME Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-5389",
"name": "Education Authority",
"identifier": {
"legalName": "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-27090",
"name": "Irwin ME Ltd",
"identifier": {
"legalName": "Irwin ME Ltd"
},
"address": {
"locality": "Portadown",
"region": "UKN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "info@irwinm-e.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://irwinm-e.com/",
"scale": "sme"
}
},
{
"id": "GB-FTS-38606",
"name": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions",
"identifier": {
"legalName": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions"
},
"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": "UKN",
"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-109468",
"name": "Official name: The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions",
"identifier": {
"legalName": "Official name: The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions"
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-84187",
"name": "the Education Authority"
},
"contracts": [
{
"id": "004324-2024-1",
"awardID": "004324-2024-1",
"status": "active",
"value": {
"amount": 4000000,
"currency": "GBP"
},
"dateSigned": "2024-02-08T00:00:00Z"
},
{
"id": "010446-2024-1",
"awardID": "010446-2024-1",
"status": "active",
"value": {
"amount": 1,
"currency": "GBP"
},
"dateSigned": "2024-03-28T00:00:00Z"
}
],
"language": "en",
"description": "In applying for a price uplift in respect of these Exceptional items, the Contractor will have the choice to either claim the rates in the Price List applying the appropriate indexation percentage or claim under the Defined Costs. If the price of an Exceptional Item has been previously agreed, the Contractor may continue to claim at this rate. The Contractor is not required to produce evidence if they do not wish to avail of the Defined Costs. . . Regulation 72(1)(c) permits this extension due to unforeseen circumstances which a diligent contracting authority could not have foreseen and the overall nature of the contract is not altered. In particular, due to the inherent complexity of the procurement process, it is taking much longer than could have reasonably been anticipated and despite the best efforts of EANI, the process remains ongoing. . . In order to provide continued access to schools and the scale, complexity and nature of the construction works and possible duplication of costs it is not possible to change the current provider. Regulation 72(1)(b) further permits this as a change of provider: . (i) cannot be made for economic and technical reasons as requirements of interchangeability or interoperability of services procured under the original procurement and given the need to ensure continued access to EANI schools and facilities and could result in partial/total closure of schools; and . . (ii) will cause significant inconvenience and duplication of costs."
}