Award

Provision of Planned and Responsive Maintenance and Minor Works - Omagh M&E Lot 2 Reference number: Omagh M&E Lot 2

THE EDUCATION AUTHORITY

This public procurement record has 1 release in its history.

Award

26 Aug 2025 at 13:06

Summary of the contracting process

The Education Authority of Northern Ireland (EANI) has completed the procurement process for the "Provision of Planned and Responsive Maintenance and Minor Works - Omagh M&E Lot 2." The procurement, classified under the industry category of building construction work, pertains to the Western Education and Library Board area. Due to unforeseen circumstances requiring continued service delivery, EANI opted for an award procedure without prior publication. This process was conducted to extend the existing contract due to additional expenditure and unforeseen demands. The contract was renewed on 22 July 2025, with a total value of £4,000,000, involving CHC Group Ltd as the supplier. The process is governed by Regulation 72(1)(c) to ensure uninterrupted services until a new award is anticipated by March 2026.

This tender presents significant opportunities for businesses in the construction and maintenance sectors, particularly those capable of providing responsive and term service contracts. Firms that specialise in mechanical and electrical works, as well as those experienced in maintaining educational facilities, would find this contract beneficial. The existing contract extension also underscores the importance of adaptability to unforeseen demands, making it essential for interested businesses to demonstrate their capacity for flexibility and rapid response to EANI’s needs. Engaging in such contracts can lead to potential future opportunities as the EANI anticipates further procurements following this extension.

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 M&E Lot 2 Reference number: Omagh M&E 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 Maintenance (M&E) and Minor Works in the Western Education and Library Board area (Area 1), 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, 13 September 2023, 8 February 2024 and 28 March 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 Maintenance (M&E) and Minor Works in the Western Education and Library Board area (Area 1), Contract Lot 4 which includes but is not limited to controlled and uncontrolled schools.

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 000-004327 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-058dce
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/051281-2025
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
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
£4,000,000 £1M-£10M

Notice Dates

Publication Date
26 Aug 20256 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
21 Jul 20257 months 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

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
1
Supplier Name

CHC GROUP

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-058dce-2025-08-26T14:06:06+01:00",
    "date": "2025-08-26T14:06:06+01:00",
    "ocid": "ocds-h6vhtk-058dce",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-058dce",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of Planned and Responsive Maintenance and Minor Works - Omagh M&E Lot 2 Reference number: Omagh M&E 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 Maintenance (M&E) and Minor Works in the Western Education and Library Board area (Area 1), 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, 13 September 2023, 8 February 2024 and 28 March 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 Maintenance (M&E) and Minor Works in the Western Education and Library Board area (Area 1), Contract Lot 4 which includes but is not limited to controlled and uncontrolled schools.",
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "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": "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 000-004327 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": "051281-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-27091",
                    "name": "CHC Group 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/home.do",
                "buyerProfile": "https://etendersni.gov.uk/epps/home.do",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "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-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"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-84187",
        "name": "the Education Authority"
    },
    "contracts": [
        {
            "id": "051281-2025-1",
            "awardID": "051281-2025-1",
            "status": "active",
            "value": {
                "amount": 4000000,
                "currency": "GBP"
            },
            "dateSigned": "2025-07-22T00:00:00+01:00"
        }
    ],
    "language": "en"
}