Award

Provision of Planned and Responsive Maintenance and Minor Works - Omagh Building Lot 2

THE EDUCATION AUTHORITY

This public procurement record has 2 releases in its history.

AwardUpdate

18 Jun 2024 at 15:57

Award

12 Apr 2024 at 16:07

Summary of the contracting process

The Education Authority Northern Ireland (EANI) has recently extended a contract for the provision of Planned and Responsive Maintenance and Minor Works relating to building construction works at Omagh Building Lot 2. The contract, awarded to Woodvale Construction Company Ltd, is valued at GBP 2,880,000 and runs from 19th June 2024 to 31st August 2025. The procurement process, initiated as a tender, has gone through multiple stages due to unforeseen circumstances, including delays in the ongoing process. EANI has issued various VEAT Notices to address increases in contract value and extensions to accommodate additional works and budget releases.

This extension of the contract presents opportunities for businesses, particularly those in the field of building construction work, to engage with EANI in providing maintenance and minor works services. The contract aims to address demands in response works and services for children with Special Education Needs. Businesses well-suited to compete are those capable of delivering services within the specified contract period and meeting the requirements set out by EANI. By participating in this tender, businesses can contribute to the continued service delivery of the SEN placement programme and assist in delivering critical construction works to support access to schools within the specified locations.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Planned and Responsive Maintenance and Minor Works - Omagh Building Lot 2

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 Building Maintenance and Minor Works in the old Western Education and Library Board area (Area 2), Contract Lot 4 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

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 Building Maintenance and Minor Works in the old Western Education and Library Board area (Area 2), Contract Lot 4 as further described in OJEU Contract Notice 2013-085318 and as outlined in the previous VEAT issued 28 May 2021, 15 April 2022, 13 December 2022, 7 September 2023, 27 October 2023, 8 February 2024 and 12 April 2024.

Options: The previous VEAT 2024/S 000-004314 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

We refer to the previously issued VEAT Notice (2024/S 000-010441) published on 28 March 2024. The indices values referenced therein are incorrect and the EANI therefore publish this VEAT in order to rectify these indices values. Please disregard the previous VEAT. To secure continuity, Task Orders issued on/after 1 July 2021 as per VEAT (2021/S 105-278056) 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 BCE09 16.5 pct applies to Sections 1, 2, 4, 5 and 6 of Price List; PSA SOR DEC08 16.8 pct applies to Section 7 Item OT070. Inflation after 1 April 2021 are changed in BCIS MTC Updating Percentages from 31 March 2021 indices, based on TO issue date/latest published index. For travel expenses for Response Task Orders issued outside of the Lot received on or after 1 June 2022, an additional amount for travel has been included. It is the EA's intention, upon receipt of compelling evidence, to consider the review of certain prices in the price lists for specific elements of which the impact of inflation is higher than what could have reasonably and diligently anticipated. This includes: Aluminium window systems and associated items comprising glazing, flashings and insulated panels (excluding works to existing aluminium window systems and associated items such as taking out, repairs and the like); Aluminium curtain walling and associated items comprising glazing, flashings and insulated panels (excluding works to existing aluminium curtain walling and associated items such as taking out, repairs and the like); Aluminium doors and associated items comprising sidelights and fanlights (excluding works to existing aluminium doors and associated items such as taking out, repairs and the like); Coated macadam roads and pavings and associated items comprising regulating courses (excluding labours and repairs to coated macadam and associated items); Asphalt roads and pavings and associated items comprising chippings (excluding labours and repairs to asphalt and associated items); Proprietary coloured safety sports surfacings (wet-pour) and associated items comprising logos, patterns, graphics and the like; and Metal fencing comprising chain link, anti-intruder chain link, steel palisade security, roll-top, rigid mesh panel, steel ball-stop and rotating barrier, and associated items comprising straining posts and single and double gates (excluding work to old fencing including taking out, repairs and the like) See continued in section VI.3 of this notice.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-045209
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018818-2024
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
Large

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
£2,880,001 £1M-£10M

Notice Dates

Publication Date
18 Jun 20241 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
11 Apr 20241 years ago
Contract Period
18 Jun 2024 - 31 Aug 2025 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE EDUCATION AUTHORITY
Additional Buyers

EDUCATION AUTHORITY NI

Contact Name
Not specified
Contact Email
facilities.procure@eani.org.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT1 2NQ
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN Northern Ireland

Local Authority
Belfast
Electoral Ward
Duncairn
Westminster Constituency
Belfast North

Supplier Information

Number of Suppliers
1
Supplier Name

WOODVALE CONSTRUCTION

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-045209-2024-06-18T16:57:59+01:00",
    "date": "2024-06-18T16:57:59+01:00",
    "ocid": "ocds-h6vhtk-045209",
    "description": "It has become necessary for EANI to further increase the value and extend the period of this contract to 31 August 2025. EANI published VEAT Notice 2024/S 000-004314 on 8 February 2024 detailing their intention to extend to the value and time of the Contract. This was required as additional expenditure has been incurred due to an unforeseen additional budget release by which the consequent additional funding facilitated the performance of additional works and the unforeseen demand particularly in respect of response works and for works to accommodate children with Special Education Needs. These factors, combined with the continued effect of inflation which were not anticipated at the time of the original Contract Notice or subsequent VEAT Notices, has precipitated a more rapid consumption of the value of the contract stated in the previous VEAT Notice. . This extension of the contract is also required due to delays in the ongoing procurement process, which has had the ramification of consequent delays on the next phases of the procurement, which could not have been reasonably foreseen and which has resulted in the requirement to increase the value and period of this contract. . In addition to extending the value and time of the Contract, EANI issued a further VEAT Notice 2024/S 000-012064 dated 12 April 2024 outlining their 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. The relevant percentage indices to be applied in respect of each exceptional item are set out in the previously published VEAT Notice 2024/S 000-012064. . 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 the above modifications, including the change to the uplift mechanism for exceptional items, the increase in value of the Contract and the extension of the Contract, due to unforeseen circumstances which a diligent contracting authority could not have foreseen. In addition the overall nature of the contract is not altered and Modification value is GBP 4 000 000 which does not exceed 50 % of the original contract value. This contingency includes sums to permit work in other Lots (as per the contract and Regulation 72 (1)(a)). . The uplift to the contract value also being sought as a precautionary measure to ensure continued service delivery of the SEN placement programme and in particular the potential of further ongoing response maintenance works as may be required before the contract expiry. . 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. . EANI envisages new contract award by no later than 31/08/25 and the contract extension shall permit the contracting authority to terminate the contract before this date upon the provision of three months' notice.",
    "initiationType": "tender",
    "tender": {
        "id": "Omagh Building Lot 2",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of Planned and Responsive Maintenance and Minor Works - Omagh Building Lot 2",
        "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 Building Maintenance and Minor Works in the old Western Education and Library Board area (Area 2), Contract Lot 4 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": "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 Building Maintenance and Minor Works in the old Western Education and Library Board area (Area 2), Contract Lot 4 as further described in OJEU Contract Notice 2013-085318 and as outlined in the previous VEAT issued 28 May 2021, 15 April 2022, 13 December 2022, 7 September 2023, 27 October 2023, 8 February 2024 and 12 April 2024.",
                "hasOptions": true,
                "options": {
                    "description": "The previous VEAT 2024/S 000-004314 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."
                },
                "contractPeriod": {
                    "startDate": "2024-06-19T00:00:00+01:00",
                    "endDate": "2025-08-31T23:59:59+01:00"
                }
            }
        ],
        "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": "We refer to the previously issued VEAT Notice (2024/S 000-010441) published on 28 March 2024. The indices values referenced therein are incorrect and the EANI therefore publish this VEAT in order to rectify these indices values. Please disregard the previous VEAT. To secure continuity, Task Orders issued on/after 1 July 2021 as per VEAT (2021/S 105-278056) 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 BCE09 16.5 pct applies to Sections 1, 2, 4, 5 and 6 of Price List; PSA SOR DEC08 16.8 pct applies to Section 7 Item OT070. Inflation after 1 April 2021 are changed in BCIS MTC Updating Percentages from 31 March 2021 indices, based on TO issue date/latest published index. For travel expenses for Response Task Orders issued outside of the Lot received on or after 1 June 2022, an additional amount for travel has been included. It is the EA's intention, upon receipt of compelling evidence, to consider the review of certain prices in the price lists for specific elements of which the impact of inflation is higher than what could have reasonably and diligently anticipated. This includes: Aluminium window systems and associated items comprising glazing, flashings and insulated panels (excluding works to existing aluminium window systems and associated items such as taking out, repairs and the like); Aluminium curtain walling and associated items comprising glazing, flashings and insulated panels (excluding works to existing aluminium curtain walling and associated items such as taking out, repairs and the like); Aluminium doors and associated items comprising sidelights and fanlights (excluding works to existing aluminium doors and associated items such as taking out, repairs and the like); Coated macadam roads and pavings and associated items comprising regulating courses (excluding labours and repairs to coated macadam and associated items); Asphalt roads and pavings and associated items comprising chippings (excluding labours and repairs to asphalt and associated items); Proprietary coloured safety sports surfacings (wet-pour) and associated items comprising logos, patterns, graphics and the like; and Metal fencing comprising chain link, anti-intruder chain link, steel palisade security, roll-top, rigid mesh panel, steel ball-stop and rotating barrier, and associated items comprising straining posts and single and double gates (excluding work to old fencing including taking out, repairs and the like) See continued in section VI.3 of this notice."
    },
    "awards": [
        {
            "id": "012064-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-50350",
                    "name": "Woodvale Construction Company Ltd"
                }
            ]
        },
        {
            "id": "018818-2024-2024/S 000-012064-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-50350",
                    "name": "Woodvale Construction Company Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-1727",
            "name": "Education Authority NI",
            "identifier": {
                "legalName": "Education Authority NI"
            },
            "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/home.do",
                "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-50350",
            "name": "Woodvale Construction Company Ltd",
            "identifier": {
                "legalName": "Woodvale Construction Company Ltd"
            },
            "address": {
                "locality": "Omagh",
                "region": "UKN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "info@woodvaleconstruction.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://woodvaleconstruction.co.uk/",
                "scale": "large"
            }
        },
        {
            "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"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-84187",
        "name": "the Education Authority"
    },
    "contracts": [
        {
            "id": "012064-2024-1",
            "awardID": "012064-2024-1",
            "status": "active",
            "value": {
                "amount": 1,
                "currency": "GBP"
            },
            "dateSigned": "2024-04-12T00:00:00+01:00"
        },
        {
            "id": "018818-2024-2024/S 000-012064-1",
            "awardID": "018818-2024-2024/S 000-012064-1",
            "status": "active",
            "value": {
                "amount": 2880000,
                "currency": "GBP"
            },
            "dateSigned": "2024-04-12T00:00:00+01:00",
            "period": {
                "startDate": "2024-06-19T00:00:00+01:00",
                "endDate": "2025-08-31T23:59:59+01:00"
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UKN"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "description": "Nature and extent of the modifications (with indication of possible earlier changes to the contract): The previous VEAT 2024/S 000-004314 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. The VEAT also detailed an increase to the value of the contract of 4,000,000.00 GBP which does not exceed 50 % of the original contract value. This Notice concerns the above modifications along with the previous VEAT Notice 2024/S 000-012064 issued on 12 April 2024 detailing EANI'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. The total value of the extension is 4,000,000.00GBP. Further information in VI.3",
                    "rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: See Further information in VI.3 Additional Information"
                }
            ]
        }
    ],
    "language": "en"
}