Ausschreibung: Vereinigtes Königreich Bauarbeiten Provision of Planned and Responsive Maintenance and Minor Works -Armagh M&E Lot 2 - GBR-Belfast Bauarbeiten Dokument Nr...: 192442-2024 (ID: 2024040202215578066) Veröffentlicht: 02.04.2024 * GBR-Belfast: Vereinigtes Königreich Bauarbeiten Provision of Planned and Responsive Maintenance and Minor Works -Armagh M&E Lot 2 2024/S 65/2024 192442 Vereinigtes Königreich Bauarbeiten Provision of Planned and Responsive Maintenance and Minor Works - Armagh M&E Lot 2 OJ S 65/2024 02/04/2024 Freiwillige Ex-ante-Transparenzbekanntmachung Bauleistung 1. Beschaffer 1.1. Beschaffer Offizielle Bezeichnung: Education Authority NI Rechtsform des Erwerbers: Einrichtung des öffentlichen Rechts Tätigkeit des öffentlichen Auftraggebers: Bildung 2. Verfahren 2.1. Verfahren Titel: Provision of Planned and Responsive Maintenance and Minor Works - Armagh M&E Lot 2 Beschreibung: 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 2: Term Service Contracts for Mechanical and Electrical Maintenance and Minor Works in the old Southern Education and Library Board area, Contract Lot 2 as further described in OJEU Contract Notice and as outlined in the previous VEATs issued on 28 May 2021, 15 April 2022, December 2022, September 2023 and 13 February 2024. Kennung des Verfahrens: 32ead066-c984-4a7c-8539-a8e401cbde19 Interne Kennung: Armagh M&E Lot 2 Verfahrensart: Verhandlungsverfahren ohne Aufruf zum Wettbewerb 2.1.1. Zweck Art des Auftrags: Bauleistung Haupteinstufung (cpv): 45000000 Bauarbeiten 2.1.4. Allgemeine Informationen Rechtsgrundlage: Richtlinie 2014/24/EU 5. Los 5.1. Los: LOT-0000 Titel: Provision of Planned and Responsive Maintenance and Minor Works - Armagh M&E Lot 2 Beschreibung: Provision of planned and responsive maintenance works for EANI across its property portfolio in the old Southern Education and Library Board area, Contract Lot 2 which includes but is not limited to controlled and uncontrolled schools. Interne Kennung: Provision of Planned and Responsive Maintenance and Minor Works - Armagh M&E Lot 2 5.1.1. Zweck Art des Auftrags: Bauleistung Haupteinstufung (cpv): 45000000 Bauarbeiten Optionen: Beschreibung der Optionen: The previous VEAT 90296-2024 issued on 13 February 2024 extended this contract until 31 August 2025 with an option for the EANI to terminate, at its sole discretion, the contract by providing the contractor with written notice of its intention to terminate the contract. This option has not been exercised. Instead, this notice concerns EAs intention, upon receipt of 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. The overall nature of contract is not altered. 5.1.6. Allgemeine Informationen Auftragsvergabeprojekt nicht aus EU-Mitteln finanziert Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen 5.1.16. Weitere Informationen, Schlichtung und Nachprüfung Überprüfungsstelle: The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions 6. Ergebnisse Wert aller in dieser Bekanntmachung vergebenen Verträge: 1,00 GBP Direktvergabe: Begründung der Direktvergabe: Aufträge, deren geschätzter Wert unterhalb der Schwellenwerte für die Auftragsvergabe liegt Sonstige Begründung: To secure continuity, Task Orders issued on/after 1 July 2021 as per VEAT (2022/S 077-210789) 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 ELEC11 Rate A, Rate B/D/E, Rate C 7.6 pct, 14.1 pct and 13.9 pct respectively, applies to Sections 1, 2, 3 and 4 of Price List; Rate B/D/E applies to Section 3; PSA SOR MECH11 Rate A, Rate B/D/ E, Rate C 20.7 pct, 12.2 pct and 13.9 pct respectively, applies to Sections 1, 2 and 3; Rate B/D/E applies to Section 3; PSA SOR BCE09 14.3 pct applies to Section 4 Item OT010.370 to 460. 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 Lot received on or after 1 June 2022, an additional amount for travel has been included. It is the EAs intention, upon receipt of 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: 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), Surface trunking: steel; standard; one / two compartment; size 50 x 50 / 75 x 75 / 100 x 50 / 100 x 100; including lids and extra over items, i.e. accessories (Rate A only), 600 / 1000 V: armoured insulated cable to BS 7846: fire resistant to BS 6387 category CWZ, BS EN 50200 PH60, BS 8434-1 30 minutes, BS EN 60332-1-2, BS EN 60332-3-24: low emission of smoke and corrosive gases when affected by fire to BS EN 61034-2,BS EN 60754-1 and 2; four core; size 10mm2 / 16mm2 / 25mm2 (Rate A only), Insulation; aluminium foil; joints sealed with tape and banded around pipe and fittings; all sizes / thickness (Rate A only), Flexible conduit; metallic; steel; size 20mm (Rate A only), Cable tray; perforated galvanised steel; plain flange edge; light / medium / heavy duty; width 50mm / 100mm / 150mm including ventilated cover and extra over items, i.e. accessories (Rate A only), Cable tray; wire basket; zinc plated steel; not exceeding 30mm deep / 30 to 60mm deep / 60 to 110mm deep; width 50mm / 100mm / 150mm; including extra over items, i.e. accessories (Rate A only), 450 / 750 V: wiring cable: insulated and sheathed flame retardant to BS EN 60332-1-2: low emission of smoke and corrosive gases when affected by fire to BS EN 61034-2 and BS EN 60754-1 and 2; single core to BS 7211: flame retardant to BS EN 60332-1-2; two / three / four core screened: flame retardant to BS EN 60332-1-2 and BS EN 60332-3-4: size 1.5mm2 or greater (Rate A only), 600 / 1000 V: armoured insulated cable to BS 7846: fire resistant to BS 6387 category CWZ, BS EN 50200 PH60, BS 8434-1 30 minutes, BS EN 60332-1-2, BS EN 60332-3-24: low emission of smoke and corrosive gases when affected by fire to BS EN 61034-2,BS EN 60754-1 and 2; 3 / 4 core; 1.5mm2 or greater (Rate A only), 600 / 1000 V: mains power cable: thermosetting insulated: steel wire armoured; three / four core; 6.0mm2 or greater (Rate A only) and Radiators: panel: steel; single and double convector; all sizes (Rate A only) In applying for a price uplift in respect of these Exceptional items, the Contractor will have the choice to either claim the rates in the Price List applying the appropriate indexation percentage or claim under the Defined Costs. If the price of an Exceptional Item has been previously agreed, the Contractor may continue to claim at this rate. The Contractor is not required to produce evidence if they do not wish to avail of the Defined Costs. Regulation 72(1)(c) permits this extension due to unforeseen circumstances which a diligent contracting authority could not have foreseen and the overall nature of the contract is not altered. In particular, due to the inherent complexity of the procurement process, it is taking much longer than could have reasonably been anticipated and despite the best efforts of EANI, the process remains ongoing. In order to provide continued access to schools and the scale, complexity and nature of the construction works and possible duplication of costs it is not possible to change the current provider. Regulation 72(1)(b) further permits this 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. 8. Organisationen 8.1. ORG-0001 Offizielle Bezeichnung: Education Authority NI Stadt: Belfast Postleitzahl: BT1 2NQ Land, Gliederung (NUTS): Belfast (UKN06) Land: Vereinigtes Königreich E-Mail: facilities.procure@eani.org.uk Telefon: 028 9056 4000 Internetadresse: https://etendersni.gov.uk/epps/home.do Rollen dieser Organisation: Beschaffer 8.1. ORG-0002 Offizielle Bezeichnung: CHC Group Ltd Größe des Wirtschaftsteilnehmers: sme Stadt: Craigavon Postleitzahl: BT63 5QD Land, Gliederung (NUTS): Belfast (UKN06) Land: Vereinigtes Königreich E-Mail: info@chcltd.com Telefon: 028 3833 4874 Internetadresse: http://www.chcltd.com/ Rollen dieser Organisation: Bieter 8.1. ORG-0003 Offizielle Bezeichnung: The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions Stadt: Belfast Postleitzahl: BT1 3JF Land, Gliederung (NUTS): Belfast (UKN06) Land: Vereinigtes Königreich E-Mail: centraloffice@courtsni.gov.uk Telefon: 0300 200 7812 Rollen dieser Organisation: Überprüfungsstelle 11. Informationen zur Bekanntmachung 11.1. Informationen zur Bekanntmachung Kennung/Fassung der Bekanntmachung: 31c438bb-2bde-4921-bc88-fea7b25e3a1b - 01 Formulartyp: Vorankündigung Direktvergabe Art der Bekanntmachung: Freiwillige Ex-ante-Transparenzbekanntmachung Datum der Übermittlung der Bekanntmachung: 28/03/2024 19:12:32 (UTC) Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Englisch 11.2. Informationen zur Veröffentlichung ABl. S Nummer der Ausgabe: 65/2024 Datum der Veröffentlichung: 02/04/2024 Referenzen: https://etendersni.gov.uk/epps/home.do http://www.chcltd.com/ http://icc-hofmann.net/NewsTicker/202404/ausschreibung-192442-2024-GBR.txt -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de