Modification notice
Modification of a contract/concession during its term
Section I: Contracting
entity
I.1) Name and addresses
Education Authority NI
40 Academy Street
Belfast
BT1 2NQ
UK
E-mail: facilities.procure@eani.org.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Planned and Responsive Maintenance and Minor Works, Armagh Building Lot 1
Reference number: Armagh Building Lot 1
II.1.2) Main CPV code
45210000
II.1.3) Type of contract
Works
II.2) Description
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Provision of Planned and Responsive Maintenance Works for EANI across its property portfolio in the old Southern Education and Library Board area, Contract Lot 1, which includes but is not limited to controlled and uncontrolled schools.
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start:
25/06/2022
End:
30/09/2023
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-010146
Section V: Award of contract/concession
Contract No: Armagh Building Lot 1
Title: Provision of Planned and Responsive Maintenance and Minor Works, Armagh Building Lot 1
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
12/04/2022
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor/concessionaire
Greystone Joinery Construction Ltd
Dungannon
UK
E-mail: info@greystonejc.com
NUTS: UKN
Internet address(es)
URL: http://greystonejc.com/wp/
The contractor/concessionaire is an SME:
Yes
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot:
/concession: 6 000 000.00
GBP
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures
Ballymena
UK
VI.5) Date of dispatch of this notice
24/06/2022
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code
45210000
VII.1.2) Additional CPV code(s)
VII.1.3) Place of performance
NUTS code:
UKN
VII.1.4) Description of the procurement
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 Contract Lot 1: Term Service Contracts for Building Maintenance and Minor Works in the old Southern Education and Library Board area as further described in OJEU Contract Notice and as outlined in the previous VEAT issued on 15 April 2022.
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start:
25/06/2022
End:
30/09/2023
VII.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the procurement: 6 000 000.00 GBP
The contract/concession has been awarded to a group of economic operators:
No
VII.1.7) Name and address of the contractor/concessionaire
Greystone Joinery Construction Ltd
Dungannon
UK
E-mail: info@greystonejc.com
NUTS: UKN
Internet address(es)
URL: http://greystonejc.com/wp/
The contractor/concessionaire is an SME:
Yes
VII.2) Information about modifications
VII.2.1) Description of the modifications
An extension to 31 May 2023 with the further option for EANI, in its absolute discretion, to
extend for four months to 30 September 2023.
The total value of the extension is 6,000,000 GBP.
Further information in VII.2.2 below.
VII.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
Regulation 72(1)(c) permits this extension due to unforeseen circumstances which a diligent
contracting authority could not have foreseen, the overall nature of the contract is not
altered and Modification value is GBP 6 000 000 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)). To secure continuity, Task Orders issued on/after 1 July
2021 as per VEAT (2021/S 105-278047) 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 12.6 pct applies to Sections 1, 2, 4, 5 and 6 of Price
List; PSA SOR DEC12 11.9 pct applies to Section 7 Item OT070. 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
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 the 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, Aluminium
curtain walling and associated items comprising glazing, flashings and insulated panels,
Aluminium doors and associated items comprising sidelights and fanlights, Coated macadam
roads and pavings and associated items comprising regulating courses, Asphalt roads and
pavings and associated items comprising chippings, Proprietary coloured safety sports
surfacings (wet-pour) and associated items comprising logos, patterns, graphics. 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) 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)
Regulation 72(1)(b) further permits this extension 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 30/09/23.
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 25 500 000.00 Currency: GBP
Total contract value after the modifications
Value excluding VAT: 31 500 000.00 Currency: GBP