Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Education Authority NI
40 Academy Street
Belfast
BT1 2NQ
UK
E-mail: facilites.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
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etendersni.gov.uk/epps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
FMM-22-013 The Establishment of a Framework Agreement for the Supply and Delivery of Grounds Maintenance Products for the Education Authority
II.1.2) Main CPV code
24313120
II.1.3) Type of contract
Supplies
II.1.4) Short description
FMM-22-013 The Establishment of a Framework for the Supply and Delivery of Grounds Maintenance Products for the Education Authority for a period of four years.
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
24440000
24453000
14410000
24313122
34922100
24457000
14300000
II.2.3) Place of performance
NUTS code:
UKN
UK
II.2.4) Description of the procurement
FMM-22-013 The Establishment of a Framework for the Supply and Delivery of Grounds Maintenance Products for the Education Authority for a period of four years.
II.2.5) Award criteria
Criteria below:
Price
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
This Framework Agreement will be established on behalf of EA, Primary and Post Primary schools under the control of the EA, Catholic Maintained Schools, Independent Schools in NI, Irish Medium Schools in NI, both Controlled and Voluntary Grammar Schools, Nursery School for NI (both controlled and Catholic Maintained), and Controlled Youth Centres. https:// www.education-ni.gov.uk/services/schools-plus Further Education Colleges in NI https://www.nidirect.gov.uk/contacts/further-educationfe-colleges Grant Controlled Integrated Education Schools in NI. https://www.nicie.org/parents/school-finder/. Independent School in NI. https://www.isc.co.uk/schools/northern-ireland/. Libraries NI. https://www.librariesni.org.uk/Libraries/. EA Teachers’ and Educational Centres. Council for the Curriculum, Examination and Assessment NI (CCEA), Armagh Observatory and Planetarium, Middletown Centre for Autism, Controlled Schools Support Council (CSSC), Northern Ireland Council for Integrated Education (NICIE) who may also use this Framework. The value shown in 11.2.6 is the highest value estimated in the following range: £200,000 to £500,000 GBP excluding VAT (£240,000 to £600,000 GBP inclusive of VAT). Tenderers may bid for one or more Lots. For the avoidance of doubt there is no limit to the number of Lots a Supplier can bid for. The value has been calculated on the basis of a four year framework and includes contingency for higher demand during the Framework Period, for all Clients. There is no commitment as to the usage, volume, or value of products required under this Framework Agreement. The Authority expressly reserves the rights: (I) not to award any contract as a result of the procurement process commenced by publication of this notice; (II) to make whatever changes it may see fit to the content and structure of the tendering Competition; (III) to award (a) contract(s) in respect of any part(s) of the goods or supplies covered by this notice; and (IV) to award contract(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As detailed in the tender documents.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 21
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/07/2023
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
01/10/2023
IV.2.7) Conditions for opening of tenders
Date:
03/07/2023
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
A further competition may be commissioned during the framework term for additional Grounds Maintenance Products. Any further mini-competition for competed goods will be run with all Contractors appointed to the framework irrespective of the Lot they are awarded. (Unless otherwise excluded through poor performance). Once awarded the Competed Goods shall form part of the Standard Goods which the successful Framework Provider is eligible to provide under the terms of this Framework Agreement for the duration of the Framework Agreement. Contract Monitoring: The Successful Contractor's performance. on this Framework will be managed as per the specification and regularly monitored (see poor performance procedures as detailed within the Department of Finance, https://www.finance-ni.gov.uk/publications/sourcing-and-construction-toolkits-0 Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will. be escalated to senior management in EA for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and this Contract may be terminated. Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in the contractor being excluded from all procurement competitions being undertaken by the EA. Education Authority Northern Ireland (EA) are committed to the promotion of social inclusion and equal opportunities, as well as the responsible use and protection of natural resources and reducing our carbon footprint as key objectives in the Sustainable Development Strategy for Northern Ireland. The Contracting Authority has included Social Considerations Clauses within the Framework. These can be found within Schedule 8. - Social Considerations within the document 1. FMM-22-013 Framework Agreement for Supplies. The Authority cannot give any commitment as to the usage, volume, or value of products required under this Contract. Any levels, or aggregate values of goods, referred to are indicative only and shall not be binding on the Client.
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015
Belfast
UK
VI.5) Date of dispatch of this notice
31/05/2023