Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

FMM-23-007 Supply and Delivery of Paper Hygiene Products to the Education Authority

  • First published: 14 March 2024
  • Last modified: 14 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-042c21
Published by:
the Education Authority
Authority ID:
AA84149
Publication date:
14 March 2024
Deadline date:
12 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

FMM-23-007 Supply and Delivery of Paper Hygiene Products to the Education Authority

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

the Education Authority

40 Academy Street

Belfast

BT1 2NQ

UK

Contact person: Facilities Management and Maintenance Team Commercial Procurement Services

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

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 to the abovementioned address


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-23-007 Supply and Delivery of Paper Hygiene Products to the Education Authority

II.1.2) Main CPV code

33760000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

FMM-23-007 Supply and Delivery of Paper Hygiene Products to the Education Authority

II.1.5) Estimated total value

Value excluding VAT: 9 288 504.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Tork Paper Hygiene Products

II.2.2) Additional CPV code(s)

33761000

33763000

42968000

42968300

II.2.3) Place of performance

NUTS code:

UKN

UKN0

II.2.4) Description of the procurement

FMM-23-007 Supply and Delivery of Paper Hygiene Products to the Education Authority

II.2.5) Award criteria

Criteria below:

Price

II.2.6) Estimated value

Value excluding VAT: 4 833 000.00  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: Yes

Description of options:

Option to undertake mini-competitions during the Framework Agreement Period

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

The value shown in II.2.6 is the highest value estimated in the following range: £3,222,000 to £4,833,000 GBP excluding VAT (£3,866,400 to £5,799,600 GBP inclusive of VAT) for Lot 1. 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.

Lot No: 2

II.2.1) Title

Generic Paper Hygiene Products

II.2.2) Additional CPV code(s)

33761000

33763000

42968000

42968300

II.2.3) Place of performance

NUTS code:

UKN

UKN0

II.2.4) Description of the procurement

FMM-23-007 Supply and Delivery of Paper Hygiene Products to the Education Authority

II.2.5) Award criteria

Criteria below:

Price

II.2.6) Estimated value

Value excluding VAT: 4 455 000.00  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: Yes

Description of options:

Option to undertake mini-competitions during the Framework Agreement Period

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

The value shown in II.2.6 is the highest value estimated in the following range: £2,970,000 to £4,455,000 GBP excluding VAT (£3,564,000 to £5,346,000 GBP inclusive of VAT) for Lot 2. 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.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement 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: 12

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-000856

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 12/04/2024

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: 12/07/2024

IV.2.7) Conditions for opening of tenders

Date: 12/04/2024

Local time: 15:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) 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. A further competition may be commissioned during the Framework Agreement term for additional Paper Hygiene Products. Any further mini competitions for Competed Goods will be run with all Contractors appointed to the Framework Agreement 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 Agreement Provider is eligible to provide under the terms of this Framework Agreement for the duration of the Framework Agreement. The Successful Contractor(s) performance on this Framework Agreement will be managed as per the specification and regularly monitored (see Procurement Guidance Note. 01/12 - Contract Management - Procedures and Principles). Contractors not delivering on Framework agreement requirements is a serious matter. It means the public purse is not getting value for money. If a Contractor fails to reach satisfactory levels of performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of performance, the matter will be escalated to senior management within the Education Authority (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 which may result in the termination of the Framework Agreement. 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. The 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 EA has included Social Considerations Clauses within the Framework. These can be found at Point 19 Social Value Considerations of document 2. FMM-23-007 Specification Schedule. 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. 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.

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

13/03/2024

Coding

Commodity categories

ID Title Parent category
42968000 Dispensers Command and control system, printing, graphics, office automation and information-processing equipment
33763000 Paper hand towels Toilet paper, handkerchiefs, hand towels and serviettes
33761000 Toilet paper Toilet paper, handkerchiefs, hand towels and serviettes
33760000 Toilet paper, handkerchiefs, hand towels and serviettes Personal care products
42968300 Toilet-roll dispenser system Dispensers

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
facilities.procure@eani.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.