Award

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

THE EDUCATION AUTHORITY

This public procurement record has 4 releases in its history.

AwardUpdate

03 Dec 2025 at 14:44

AwardUpdate

03 Dec 2025 at 14:42

AwardUpdate

03 Dec 2025 at 14:42

Award

26 Aug 2025 at 12:53

Summary of the contracting process

The Education Authority Northern Ireland (EANI) is overseeing the procurement process for the provision of planned and responsive maintenance and minor works for the Omagh Building Lot 2, specifically targeted towards building construction work within the old Western Education and Library Board area, Area 2. This tender process, classified under the works category, required an award without prior publication in the Official Journal of the European Union, highlighting the urgency and specificity of the tasks involved. The procurement stage has progressed to the contract update, initiated on 3rd December 2025, with the contract period extending from 4th December 2025 to 31st March 2026. The contract value stands at £32.8 million GBP, with Woodvale Construction Company Ltd being the actively engaged supplier, located in Omagh, UKN region.

Opportunities for business growth are notable in this significant maintenance contract, offering increased scope for companies specialising in building construction and reactive maintenance works. Large-scale businesses, particularly those with specialised management systems to handle additional works and unforeseen demands, can find favourable grounds for competition. This contract extension allows for strategic involvement in the ongoing projects under EANI, especially those catering to the educational sector and statutory compliance works. Industry players adept at managing large portfolios and committed to innovative solutions for maintaining educational facilities are ideally positioned to leverage growth from such contracts.

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 Reference number 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, 8 February 2024 and 12 April 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, 12 April 2024 and 26 August 2025.

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. The previous VEAT Notice 2024/S 000-012064 issued on 12 April 2024 detailed 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. EANI are now required to extend the contract until 31 March 2026 with the further option for EANI, in its absolute discretion, to terminate the contract by providing the contractor with two months' written notice of its intention to terminate the contract. EANI are also required to increase the value of this contract. The overall nature of contract is not altered and the Modification value does not exceed 50 % of original contract value. The total value of the extension is 4,000,000.00GBP.

Procurement Information

EANI needs to extend the duration and value of this contract as additional expenditure has been incurred due to unforeseen additional budget release which the consequent additional funding facilitated additional works and unforeseen demand in respect of response works and for works to accommodate children with SEN.A rise in statutory compliance works and reactive maintenance works that EANI had to undertake has resulted in substantial expenditure. At the time of the previous VEAT Notice,EANI hoped that another tender would be awarded resulting in decreased demand on this contract,however,the award has been delayed.The current procurement is intended to be replaced by 6 procurements,representing a portion of the services previously delivered.Procurements 1 + 2 have been awarded.A challenge lodged in respect of Procurement 3,caused significant and unforeseen delay and subsequent procurements. This challenge,and the time required to address it,was not foreseeable. As a result,it has not yet been possible to finalise the awards the remaining Procurements.Therefore,it has become necessary to continue delivering the services under the current contract to ensure continuity of service delivery.This requires an extension of the current contract beyond its original transition period. An uplift is required to reflect the extended duration.The delays to the replacement procurements+ongoing operational reliance on this contract,means the contract must remain active for longer than could have been foreseen.It is necessary to increase the contract value to allow services to continue during this extended period. Delays in the implementation of key systems required,including those necessary to support digital integration,have impacted project timelines.The implementation of the contractor's API with the EA's systems has taken longer than anticipated. This has had an unexpected effect on Procurements 3, 4, 5 and 6,dependencies not foreseeable at the time of the original procurement and have led to additional delays with the award timeline. This,combined with the effect of inflation which 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. The total value of the extension is 4,000,000GBP which does not exceed 50 % of the original contract value.This uplift is in addition to the 4,000,000GBP applied detailed in the previous VEAT Notice 2024/S 000-004314 published,8 Feb 2024. The uplift in value is also being sought as a precautionary measure to ensure continued service delivery of the SEN programme and potential of ongoing response maintenance works. Reg 72(1)(c) permits this extension+increase in value of the Contract,due to unforeseen circumstances;the demand caused by delayed tenders;reallocation of works due to contractor withdrawal;API implementation timeframe.The overall nature of the contract is not altered and Modification value is 4,000,000GBP which does not exceed 50% of the original contract value.This contingency includes sums to permit work in other Lots (as per contract + Reg 72 (1)(a)). To ensure 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 31/03/26 and the contract extension permits the CA to terminate the contract before this date upon the provision of two months' notice.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-058dc6
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/079412-2025
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, 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
£71,300,000 £10M-£100M

Notice Dates

Publication Date
3 Dec 20252 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
21 Jul 20257 months ago
Contract Period
31 May 2022 - 31 Mar 2026 3-4 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
Contact Name
Not specified
Contact Email
minorworks.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

CHC GROUP

WOODVALE CONSTRUCTION

WOODVALE CONSTRUCTION CONPANY

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-058dc6-2025-12-03T14:44:16Z",
    "date": "2025-12-03T14:44:16Z",
    "ocid": "ocds-h6vhtk-058dc6",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-058dc6",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of Planned and Responsive Maintenance and Minor Works - Omagh Building Lot 2 Reference number 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, 8 February 2024 and 12 April 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, 12 April 2024 and 26 August 2025.",
                "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. The previous VEAT Notice 2024/S 000-012064 issued on 12 April 2024 detailed 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. EANI are now required to extend the contract until 31 March 2026 with the further option for EANI, in its absolute discretion, to terminate the contract by providing the contractor with two months' written notice of its intention to terminate the contract. EANI are also required to increase the value of this contract. The overall nature of contract is not altered and the Modification value does not exceed 50 % of original contract value. The total value of the extension is 4,000,000.00GBP."
                },
                "contractPeriod": {
                    "startDate": "2025-12-04T00:00:00Z",
                    "endDate": "2026-03-31T23:59:59+01:00"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "id": "D_OUTSIDE_SCOPE",
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "EANI needs to extend the duration and value of this contract as additional expenditure has been incurred due to unforeseen additional budget release which the consequent additional funding facilitated additional works and unforeseen demand in respect of response works and for works to accommodate children with SEN.A rise in statutory compliance works and reactive maintenance works that EANI had to undertake has resulted in substantial expenditure. At the time of the previous VEAT Notice,EANI hoped that another tender would be awarded resulting in decreased demand on this contract,however,the award has been delayed.The current procurement is intended to be replaced by 6 procurements,representing a portion of the services previously delivered.Procurements 1 + 2 have been awarded.A challenge lodged in respect of Procurement 3,caused significant and unforeseen delay and subsequent procurements. This challenge,and the time required to address it,was not foreseeable. As a result,it has not yet been possible to finalise the awards the remaining Procurements.Therefore,it has become necessary to continue delivering the services under the current contract to ensure continuity of service delivery.This requires an extension of the current contract beyond its original transition period. An uplift is required to reflect the extended duration.The delays to the replacement procurements+ongoing operational reliance on this contract,means the contract must remain active for longer than could have been foreseen.It is necessary to increase the contract value to allow services to continue during this extended period. Delays in the implementation of key systems required,including those necessary to support digital integration,have impacted project timelines.The implementation of the contractor's API with the EA's systems has taken longer than anticipated. This has had an unexpected effect on Procurements 3, 4, 5 and 6,dependencies not foreseeable at the time of the original procurement and have led to additional delays with the award timeline. This,combined with the effect of inflation which 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. The total value of the extension is 4,000,000GBP which does not exceed 50 % of the original contract value.This uplift is in addition to the 4,000,000GBP applied detailed in the previous VEAT Notice 2024/S 000-004314 published,8 Feb 2024. The uplift in value is also being sought as a precautionary measure to ensure continued service delivery of the SEN programme and potential of ongoing response maintenance works. Reg 72(1)(c) permits this extension+increase in value of the Contract,due to unforeseen circumstances;the demand caused by delayed tenders;reallocation of works due to contractor withdrawal;API implementation timeframe.The overall nature of the contract is not altered and Modification value is 4,000,000GBP which does not exceed 50% of the original contract value.This contingency includes sums to permit work in other Lots (as per contract + Reg 72 (1)(a)). To ensure 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 31/03/26 and the contract extension permits the CA to terminate the contract before this date upon the provision of two months' notice."
    },
    "awards": [
        {
            "id": "051270-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-158851",
                    "name": "Woodvale Construction Conpany Ltd"
                }
            ]
        },
        {
            "id": "079406-2025-2025/S 000-051270-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-27091",
                    "name": "CHC Group Ltd"
                }
            ]
        },
        {
            "id": "079407-2025-2025/S 000-051270-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-27091",
                    "name": "CHC Group Ltd"
                }
            ]
        },
        {
            "id": "079412-2025-2025/S 000-051270-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-50350",
                    "name": "Woodvale Construction Company Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-84187",
            "name": "the Education Authority",
            "identifier": {
                "legalName": "the Education Authority"
            },
            "address": {
                "streetAddress": "40 Academy Street",
                "locality": "Belfast",
                "region": "UK",
                "postalCode": "BT1 2NQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "minorworks.procure@eani.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "09",
                        "scheme": "COFOG",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-158851",
            "name": "Woodvale Construction Conpany Ltd",
            "identifier": {
                "legalName": "Woodvale Construction Conpany Ltd"
            },
            "address": {
                "locality": "Omagh",
                "region": "UKN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "info@woodvaleconstruction.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://woodvaleconstruction.co.uk/",
                "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-27091",
            "name": "CHC Group Ltd",
            "identifier": {
                "legalName": "CHC Group Ltd"
            },
            "address": {
                "locality": "Craigavon",
                "region": "UKN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "info@chcltd.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.chcltd.com/",
                "scale": "sme"
            }
        },
        {
            "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"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-84187",
        "name": "the Education Authority"
    },
    "contracts": [
        {
            "id": "051270-2025-1",
            "awardID": "051270-2025-1",
            "status": "active",
            "value": {
                "amount": 4000000,
                "currency": "GBP"
            },
            "dateSigned": "2025-07-22T00:00:00+01:00"
        },
        {
            "id": "079406-2025-2025/S 000-051270-1",
            "awardID": "079406-2025-2025/S 000-051270-1",
            "status": "active",
            "value": {
                "amount": 34500000,
                "currency": "GBP"
            },
            "dateSigned": "2025-10-08T00:00:00+01:00",
            "period": {
                "startDate": "2022-06-01T00:00:00+01:00",
                "endDate": "2026-03-31T23:59:59+01:00"
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UKN"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "description": "This Notice concerns VEAT Notice issued on 26.08.25 detailing EANI's extension of the contract until 31.03.26 with further option for EANI, in its absolute discretion, to terminate the contract by providing two months' notice. EANI needs to extend the duration and value of this contract as additional expenditure has been incurred due to unforeseen additional budget release which the consequent additional funding facilitated additional works and unforeseen demand in respect of response works and for works to accommodate children with SEN.A rise in statutory compliance works and reactive maintenance works that EANI had to undertake has resulted in substantial expenditure. At the time of the previous VEAT Notice,EANI hoped that another tender would be awarded resulting in decreased demand on this contract,however,the award has been delayed.The current procurement is intended to be replaced by 6 procurements,representing a portion of the services previously delivered.Procurements 1 + 2 have been awarded.A challenge lodged in respect of Procurement 3,caused significant and unforeseen delay and subsequent procurements. This challenge,and the time required to address it,was not foreseeable. As a result,it has not yet been possible to finalise the awards the remaining Procurements.Therefore,it has become necessary to continue delivering the services under the current contract to ensure continuity of service delivery.This requires an extension of the current contract beyond its original transition period. An uplift is required to reflect the extended duration.The delays to the replacement procurements+ongoing operational reliance on this contract,means the contract must remain active for longer than could have been foreseen.It is necessary to increase the contract value to allow services to continue during this extended period. Delays in the implementation of key systems required,including those necessary to support digital integration,have impacted project timelines.The implementation of the contractor's API with the EA's systems has taken longer than anticipated. This has had an unexpected effect on Procurements 3, 4, 5 and 6,dependencies not foreseeable at the time of the original procurement and have led to additional delays with the award timeline. Further information in VII.2.2 below.",
                    "rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: This,combined with the effect of inflation which not anticipated at the time of the original Contract Notice. The total value of the extension is 4,000,000GBP which does not exceed 50 % of the original contract value. This contingency includes sums to permit work in other Lots (as per contract + Reg 72 (1)(a)).This uplift is in addition to the 4,000,000GBP applied detailed in the previous VEAT Notice 2024/S 000-010437 published on 28 March 2024. The uplift in value is also being sought as a precautionary measure to ensure continued service delivery of the SEN programme and potential of ongoing response maintenance works. Reg 72(1)(c) permits this extension+increase in value of the Contract,due to unforeseen circumstances;the demand caused by delayed tenders;reallocation of works due to contractor withdrawal;API implementation timeframe. To ensure 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 31/03/26 and the contract extension permits the CA to terminate the contract before this date upon the provision of two months' notice. Contract varied on 8 September 2024."
                }
            ]
        },
        {
            "id": "079407-2025-2025/S 000-051270-1",
            "awardID": "079407-2025-2025/S 000-051270-1",
            "status": "active",
            "value": {
                "amount": 34500000,
                "currency": "GBP"
            },
            "dateSigned": "2025-10-08T00:00:00+01:00",
            "period": {
                "startDate": "2022-06-01T00:00:00+01:00",
                "endDate": "2026-03-31T23:59:59+01:00"
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UKN"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "2",
                    "description": "This Notice concerns VEAT Notice issued on 26.08.25 detailing EANI's extension of the contract until 31.03.26 with further option for EANI, in its absolute discretion, to terminate the contract by providing two months' notice. EANI needs to extend the duration and value of this contract as additional expenditure has been incurred due to unforeseen additional budget release which the consequent additional funding facilitated additional works and unforeseen demand in respect of response works and for works to accommodate children with SEN.A rise in statutory compliance works and reactive maintenance works that EANI had to undertake has resulted in substantial expenditure. At the time of the previous VEAT Notice,EANI hoped that another tender would be awarded resulting in decreased demand on this contract,however,the award has been delayed.The current procurement is intended to be replaced by 6 procurements,representing a portion of the services previously delivered.Procurements 1 + 2 have been awarded.A challenge lodged in respect of Procurement 3,caused significant and unforeseen delay and subsequent procurements. This challenge,and the time required to address it,was not foreseeable. As a result,it has not yet been possible to finalise the awards the remaining Procurements.Therefore,it has become necessary to continue delivering the services under the current contract to ensure continuity of service delivery.This requires an extension of the current contract beyond its original transition period. An uplift is required to reflect the extended duration.The delays to the replacement procurements+ongoing operational reliance on this contract,means the contract must remain active for longer than could have been foreseen.It is necessary to increase the contract value to allow services to continue during this extended period. Delays in the implementation of key systems required,including those necessary to support digital integration,have impacted project timelines.The implementation of the contractor's API with the EA's systems has taken longer than anticipated. This has had an unexpected effect on Procurements 3, 4, 5 and 6,dependencies not foreseeable at the time of the original procurement and have led to additional delays with the award timeline. Further information in VII.2.2 below.",
                    "rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: This,combined with the effect of inflation which not anticipated at the time of the original Contract Notice. The total value of the extension is 4,000,000GBP which does not exceed 50 % of the original contract value. This contingency includes sums to permit work in other Lots (as per contract + Reg 72 (1)(a)).This uplift is in addition to the 4,000,000GBP applied detailed in the previous VEAT Notice 2024/S 000-010437 published on 28 March 2024. The uplift in value is also being sought as a precautionary measure to ensure continued service delivery of the SEN programme and potential of ongoing response maintenance works. Reg 72(1)(c) permits this extension+increase in value of the Contract,due to unforeseen circumstances;the demand caused by delayed tenders;reallocation of works due to contractor withdrawal;API implementation timeframe. To ensure 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 31/03/26 and the contract extension permits the CA to terminate the contract before this date upon the provision of two months' notice. Contract varied on 8 September 2024."
                }
            ]
        },
        {
            "id": "079412-2025-2025/S 000-051270-1",
            "awardID": "079412-2025-2025/S 000-051270-1",
            "status": "active",
            "value": {
                "amount": 32800000,
                "currency": "GBP"
            },
            "dateSigned": "2025-10-08T00:00:00+01:00",
            "period": {
                "startDate": "2022-06-01T00:00:00+01:00",
                "endDate": "2026-03-31T23:59:59+01:00"
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UKN"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "3",
                    "description": "This Notice concerns VEAT Notice issued on 26.08.25 detailing EANI's extension of the contract until 31.03.26 with further option for EANI, in its absolute discretion, to terminate the contract by providing two months' notice. EANI needs to extend the duration and value of this contract as additional expenditure has been incurred due to unforeseen additional budget release which the consequent additional funding facilitated additional works and unforeseen demand in respect of response works and for works to accommodate children with SEN.A rise in statutory compliance works and reactive maintenance works that EANI had to undertake has resulted in substantial expenditure. At the time of the previous VEAT Notice,EANI hoped that another tender would be awarded resulting in decreased demand on this contract,however,the award has been delayed.The current procurement is intended to be replaced by 6 procurements,representing a portion of the services previously delivered.Procurements 1 + 2 have been awarded.A challenge lodged in respect of Procurement 3,caused significant and unforeseen delay and subsequent procurements. This challenge,and the time required to address it,was not foreseeable. As a result,it has not yet been possible to finalise the awards the remaining Procurements.Therefore,it has become necessary to continue delivering the services under the current contract to ensure continuity of service delivery.This requires an extension of the current contract beyond its original transition period. An uplift is required to reflect the extended duration.The delays to the replacement procurements+ongoing operational reliance on this contract,means the contract must remain active for longer than could have been foreseen.It is necessary to increase the contract value to allow services to continue during this extended period. Delays in the implementation of key systems required,including those necessary to support digital integration,have impacted project timelines.The implementation of the contractor's API with the EA's systems has taken longer than anticipated. This has had an unexpected effect on Procurements 3, 4, 5 and 6,dependencies not foreseeable at the time of the original procurement and have led to additional delays with the award timeline. Further information in VII.2.2 below.",
                    "rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: This,combined with the effect of inflation which not anticipated at the time of the original Contract Notice. The total value of the extension is 4,000,000GBP which does not exceed 50 % of the original contract value. This contingency includes sums to permit work in other Lots (as per contract + Reg 72 (1)(a)).This uplift is in addition to the 4,000,000GBP applied detailed in the previous VEAT Notice 2024/S 000-012064 published on 12 April 2024. The uplift in value is also being sought as a precautionary measure to ensure continued service delivery of the SEN programme and potential of ongoing response maintenance works. Reg 72(1)(c) permits this extension+increase in value of the Contract,due to unforeseen circumstances;the demand caused by delayed tenders;reallocation of works due to contractor withdrawal;API implementation timeframe. To ensure 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 31/03/26 and the contract extension permits the CA to terminate the contract before this date upon the provision of two months' notice. Contract varied on 8 September 2024."
                }
            ]
        }
    ],
    "language": "en"
}