Contract notice
Section I: Contracting 
        authority        
      
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
 
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-23-012 Servicing and Repair of Grounds Maintenance Equipment for the Education Authority
            Reference number: FMM-23-012
  II.1.2) Main CPV code
  50100000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  FMM-23-012 Servicing and Repair of Grounds Maintenance Equipment for the Education Authority
  II.1.5) Estimated total value
  Value excluding VAT: 
			700 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        Yes
      
  
                    Tenders may be submitted for maximum 2 lots
                  
 
II.2) Description
  
          Lot No: 1
  
    II.2.1) Title
    Lot 1 - Locality North
    II.2.2) Additional CPV code(s)
    77314000
    50000000
    50800000
    50530000
    34143000
    16160000
    16310000
    16311000
    16000000
    II.2.3) Place of performance
    NUTS code:
    UKN
    II.2.4) Description of the procurement
    FMM-23-012 Servicing and Repair of Grounds Maintenance Equipment for the Education Authority
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Delivery of Services
                    / Weighting: 19.8
    
                    Quality criterion: Delivery of Social Value
                    / Weighting: 10.2
    
                    Cost criterion: Price
                    / Weighting: 70
    II.2.6) Estimated value
    Value excluding VAT: 
			420 000.00 
			  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 period of the Framework.
    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: £300,000 to £420,000, excluding 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 orders required under this Framework.
   
  
          Lot No: 2
  
    II.2.1) Title
    Lot 2 - Locality East
    II.2.2) Additional CPV code(s)
    77314000
    50000000
    50800000
    50530000
    34143000
    16160000
    16310000
    16311000
    16000000
    II.2.3) Place of performance
    NUTS code:
    UKN
    II.2.4) Description of the procurement
    FMM-23-012 Servicing and Repair of Grounds Maintenance Equipment for the Education Authority
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Delivery of Services
                    / Weighting: 19.8
    
                    Quality criterion: Delivery of Social Value
                    / Weighting: 10.2
    
                    Cost criterion: Price
                    / Weighting: 70
    II.2.6) Estimated value
    Value excluding VAT: 
			280 000.00 
			  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 period of the Framework.
    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: £200,000 to £280,000, excluding 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 orders required under this Framework.
   
 
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: 20
  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:
  2023/S 000-037328
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              03/06/2024
  
                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:
                01/10/2024
  IV.2.7) Conditions for opening of tenders
  
              Date:
              03/06/2024
  
              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 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 Successful Contractor(s) performance on this Framework 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 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. 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 with the Framework documents Schedule 8 - Social Considerations Schedule, to help achieve the EA’s objectives and address the strategic aims. It is required that the successful Contractor, as a condition of contract, deliver measurable social value outcomes as set within this Social Considerations Schedule. The Authority cannot give any commitment as to the usage, volume, or value of orders required under this Framework. Any levels, or aggregate values of goods, referred to are indicative only and. shall not be binding on the Client. The Authority reserves the right not to award all of part of this Framework. The Authority expressly reserves the rights: (I) not to award any Framework 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) Framework(s) in respect of any part(s) of the services covered by this notice; and (IV) to award Framework(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates. Mini-Competitions: A further competition may be commissioned during the framework term for additional servicing and repair of grounds maintenance equipment requirements. Any further mini-competitions for Competed Services will be run with all Contractors appointed to the framework, irrespective of the Lot they were awarded (unless otherwise excluded through poor performance). Once awarded, the Competed Services shall form part of the Standard Services which the successful Framework Provider is eligible to provide under the terms of this Framework Agreement for the duration of the Framework Agreement.
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
03/05/2024