Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)North Eastern Education & Library Board and Western Education & Library Board
52-56 Ballymoney Street
Contact point(s): North Eastern Education & Library Board
For the attention of: M. Law
BT43 6AN Ballymena
UNITED KINGDOM
Telephone: +44 2825655366
E-mail:
Internet address(es):
Address of the buyer profile: http://esourcingni.bravosolution.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: North Eastern Education and Library Board/Western Education and Library Board
52-56 Ballymoney Street
BT43 6AN Ballymena
UNITED KINGDOM
E-mail:
Internet address: https://e-sourcingni.bravosolution.co.uk/web/login.shtml
Tenders or requests to participate must be sent to: North Eastern Education and Library Board/Western Education and Library Board
52-56 Ballymoney Street
BT43 6AN Ballymena
UNITED KINGDOM
E-mail:
Internet address: https://e-sourcingni.bravosolution.co.uk/web/login.shtml
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Term Service Contracts For Building Maintenance and Minor Works.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Execution
NUTS code UKN0
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Establishment of four term service contracts for building maintenance and minor works, including general works, roofing, windows, glazing, drainage, surfacing, painting, pest control, asbestos removal, asbestos analysis, play equipment, steeplejack services, security etc. The works will be carried out in schools and associated facilities which will generally be required to remain operational throughout. The form of contract will be an amended NEC3 Term Service Short Contract September 2008 - Priced contract with price list.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT:
Range: between 8 000 000 and 32 000 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: The contracts shall run for an initial fixed period of 1 year from the date of award and may be extended for a further 3 years in yearly increments, at the discretion of the Employer, resulting in a maximum of 4 years.
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: North Eastern Education & Library Board - Area 11)Short descriptionZone 1 of the NEELB area encompassing post codes BT43 to BT57 inclusive. This Zone includes BT54, Rathlin Island, which has one building of approximately 50 m².
2)Common procurement vocabulary (CPV) 3)Quantity or scopeThe Area contains 325 Buildings with a total floor area of approximately 326,000 m².
Estimated value excluding VAT:
Range: between 2 000 000 and 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: North Eastern Education & Library Board - Area 21)Short descriptionZone 2 of the NEELB area encompassing post codes BT29 to BT42 inclusive.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeThe Area contains approximately 313 Buildings with a total floor area of approximately 372,270 m².
Estimated value excluding VAT:
Range: between 2 000 000 and 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Western Education & Library Board - Area 11)Short descriptionZone 1 of the WELB area encompassing post codes BT47 to BT49 inclusive and part of BT82.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeThe Area contains approximately 150 Buildings with a total floor area of approximately 275,000 m².
Estimated value excluding VAT:
Range: between 2 000 000 and 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Western Education & Library Board - Area 21)Short descriptionZone 2 of the WELB area encompassing post codes BT74,BT78, BT79, bt81, BT92, BT93, BT94 inclusive and part of BT82.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeThe Area contains approximately 150 Buildings with a total floor area of approximately 275,000 m².
Estimated value excluding VAT:
Range: between 2 000 000 and 68 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:None.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:None.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:In the case of consortium bids, all parties are to be jointly and severally liable. The Employer reserves the right to require bidders to take a legal form or to require one party to undertake primary liability before entering into the contract.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As per questionnaire.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As per questionnaire.
Minimum level(s) of standards possibly required: As per questionnaire.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As per questionnaire.
Minimum level(s) of standards possibly required:
As per questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 6: and maximum number 12
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate16.8.2013 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationA Contractor Information Day will be held at Antrim Board Centre Lecture Theatre on 4 July 2013. Parties wishing to attend should request a reservation by contacting Mrs Pauline Allen; email: or telephone +44 2825655366.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresNorth Eastern Education & Library Board/Western Education & Library Board
52-56 Ballymoney Street
BT43 6AN Ballymena
UNITED KINGDOM
E-mail:
Telephone: +44 2825655366
Internet address: http://www.neelb.org.uk
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: When the Employer has made a decision on the award of the contract, such information will be communicated to the tenderers. Unsuccessful tenderers will receive a debrief at that time. Once this information has been conveyed a standstill period of a minimum 10 days will commence. All appeals will be conducted in accordance with the Public Contracts Regulations 2006 and the Public Contracts (Amendments) Regulations 2009.
VI.4.3)Service from which information about the lodging of appeals may be obtainedNorth Eastern Education & Library Board/Western Education & Library Board
52-56 Ballymoney Street
BT43 6AN Ballymena
UNITED KINGDOM
E-mail:
Telephone: +44 2825655366
Internet address: http://www.neelb.org.uk
VI.5)Date of dispatch of this notice:25.6.2013