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

BSP-24-009 Workplace Uniforms and PPE

  • First published: 19 December 2024
  • Last modified: 19 December 2024
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04c92a
Published by:
the Education Authority
Authority ID:
AA84149
Publication date:
19 December 2024
Deadline date:
20 January 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The EA invites tenders for the provision of Workplace Uniforms and PPE. This Framework Agreement will run from the 01 June 2025 for a 2 year Initial Period on an as and when required basis, with a possible further extension of a 2 year period. The administering procurement office for this tender, on behalf of EA, will be the Business Services and Products Procurement Category, based in Ballymena. The EA invites tenders for the provision of Workplace Uniforms and PPE. This Framework has the following 5 Lots: Lot 1 Protective Clothing, Lot 2 School Crossing Patrol, Lot 3 Misc Items, Equip and Gloves, and Specialised Protective Clothing, Lot 4 Catering Accessories and Uniforms and Lot 5 Bite Resistant PPE.

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: business.procureeani.org.uk

E-mail: business.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.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


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

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

BSP-24-009 Workplace Uniforms and PPE

Reference number: BSP-24-009

II.1.2) Main CPV code

18100000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The EA invites tenders for the provision of Workplace Uniforms and PPE. This Framework Agreement will run from the 01 June 2025 for a 2 year Initial Period on an as and when required basis, with a possible further extension of a 2 year period. The administering procurement office for this tender, on behalf of EA, will be the Business Services and Products Procurement Category, based in Ballymena. The EA invites tenders for the provision of Workplace Uniforms and PPE. This Framework has the following 5 Lots: Lot 1 Protective Clothing, Lot 2 School Crossing Patrol, Lot 3 Misc Items, Equip and Gloves, and Specialised Protective Clothing, Lot 4 Catering Accessories and Uniforms and Lot 5 Bite Resistant PPE.

II.1.5) Estimated total value

Value excluding VAT: 5 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

18110000

18113000

18114000

18130000

18140000

18141000

18142000

18143000

18200000

18210000

18213000

18220000

18221000

18221300

18222000

18230000

18232000

18234000

18235000

18235100

18235300

18330000

18331000

18332000

18333000

18400000

18410000

18420000

18424000

18443000

18443300

18443340

18443400

18443320

18443500

18444000

18444100

18444110

18444111

18444200

35113000

35113300

35113430

35113440

35113470

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

The EA invites tenders for the provision of Workplace Uniforms and PPE. This Framework Agreement will run from the 01 June 2025 for a 2 year Initial Period on an as and when required basis, with a possible further extension of a 2 year period. The administering procurement office for this tender, on behalf of EA, will be the Business Services and Products Procurement Category, based in Ballymena. The EA invites tenders for the provision of Workplace Uniforms and PPE. This Framework has the following 5 Lots: Lot 1 Protective Clothing, Lot 2 School Crossing Patrol, Lot 3 Misc Items, Equip and Gloves, and Specialised Protective Clothing, Lot 4 Catering Accessories and Uniforms and Lot 5 Bite Resistant PPE.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/06/2025

End: 31/05/2027

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for a further 2 year period.

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:

Period 01 June 2025 to 31 May 2027 with the option to extend for a further 2 year 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 scope of this Framework Agreement is to fulfil the EA’s supply and delivery requirement of Workplace Uniforms and PPE for various directorates and schools throughout the whole of NI from 01 June 2024. This Framework Agreement is divided into 5 Lots which are: Lot 1 - Protective Clothing. Lot 2 - School Crossing Patrol . Lot 3 - Miscellaneous Items, Equipment, Gloves and Specialist Protective Clothing. Lot 4 - Catering Accessories & Uniforms. Lot 5 - Bite Resistant PPE. This Framework Agreement is let by the Northern Ireland Education Authority (“EA”) and is open to the EA, including NI educational bodies as follows: 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), school meals kitchens on-site at all of these schools, and Controlled Youth Centres. Further Education Colleges in NI – The colleges with SLA agreements are: North West Regional College, Northern Regional College, South Eastern Regional College, South West College, Southern Regional College. Grant Controlled Integrated Education Schools in NI. Independent School in NI. 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). Education Authority. Northern Ireland Council for Integrated Education (NICIE). At some point during the life of the Framework, any current and future EA customers, and educational bodies, may wish to utilise the agreement and should have access, at any point, with the permission of EA. This agreement is not intended to replace any current agreements, either participating or non-participating institutions may already have in place. The estimated value in II.2.6 is maximum estimated value including all Lots and there is no guarantee of spend. Value may move between Lots during the course of the Framework Agreement.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

As per tender documents


III.1.3) Technical and professional ability

List and brief description of selection criteria:

As per tender documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As per tender documents

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

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: 5

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: 20/01/2025

Local time: 15:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 27/01/2025

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: 27/06/2025

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The scope of this Framework Agreement is to fulfil the EA’s supply and delivery requirement of Workplace Uniforms and PPE for various directorates and schools throughout the whole of NI from 01 June 2024. This Framework Agreement is divided into 5 Lots which are: Lot 1 - Protective Clothing. Lot 2 - School Crossing Patrol . Lot 3 - Miscellaneous Items, Equipment, Gloves and Specialist Protective Clothing. Lot 4 - Catering Accessories & Uniforms. Lot 5 - Bite Resistant PPE. This Framework Agreement is let by the Northern Ireland Education Authority (“EA”) and is open to the EA, including NI educational bodies as follows: 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), school meals kitchens on-site at all of these schools, and Controlled Youth Centres. Further Education Colleges in NI – The colleges with SLA agreements are: North West Regional College, Northern Regional College, South Eastern Regional College, South West College, Southern Regional College. Grant Controlled Integrated Education Schools in NI. Independent School in NI. 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). Education Authority. Northern Ireland Council for Integrated Education (NICIE). At some point during the life of the Framework, any current and future EA customers, and educational bodies, may wish to utilise the agreement and should have access, at any point, with the permission of EA. This agreement is not intended to replace any current agreements, either participating or non-participating institutions may already have in place. The estimated value in II.2.6 is maximum estimated value including all Lots and there is no guarantee of spend. Value may move between Lots during the course of the Framework Agreement.

VI.4) Procedures for review

VI.4.1) Review body

Education Authority

Belfast

UK

VI.4.2) Body responsible for mediation procedures

The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures.

Belfast

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The UK does not currently have any such bodies with. . responsibilities for appeal/mediation procedures..

VI.5) Date of dispatch of this notice

18/12/2024

Coding

Commodity categories

ID Title Parent category
18443340 Caps Headgear and headgear accessories
18443400 Chin straps for headgear Headgear and headgear accessories
18420000 Clothing accessories Special clothing and accessories
18210000 Coats Outerwear
18222000 Corporate clothing Weatherproof clothing
18114000 Coveralls Occupational clothing
18444111 Crash helmets Protective headgear
18443320 Field caps Headgear and headgear accessories
18424000 Gloves Clothing accessories
18444200 Hard hats Protective headgear
18443300 Headgear Headgear and headgear accessories
18443000 Headgear and headgear accessories Hats and headgear
18444110 Helmets Protective headgear
18113000 Industrial clothing Occupational clothing
18230000 Miscellaneous outerwear Outerwear
18110000 Occupational clothing Occupational clothing, special workwear and accessories
18100000 Occupational clothing, special workwear and accessories Clothing, footwear, luggage articles and accessories
18200000 Outerwear Clothing, footwear, luggage articles and accessories
18333000 Polo shirts T-shirts and shirts
18143000 Protective gear Workwear accessories
18444000 Protective headgear Hats and headgear
35113470 Protective shirts or pants Safety equipment
18235100 Pullovers Pullovers, cardigans and similar articles
18235000 Pullovers, cardigans and similar articles Miscellaneous outerwear
18221300 Raincoats Waterproof clothing
35113440 Reflective vests Safety equipment
35113000 Safety equipment Firefighting, rescue and safety equipment
18444100 Safety headgear Protective headgear
35113300 Safety installations Safety equipment
35113430 Safety vests Safety equipment
18142000 Safety visors Workwear accessories
18332000 Shirts T-shirts and shirts
18232000 Skirts Miscellaneous outerwear
18410000 Special clothing Special clothing and accessories
18400000 Special clothing and accessories Clothing, footwear, luggage articles and accessories
18130000 Special workwear Occupational clothing, special workwear and accessories
18235300 Sweatshirts Pullovers, cardigans and similar articles
18234000 Trousers Miscellaneous outerwear
18331000 T-shirts T-shirts and shirts
18330000 T-shirts and shirts Garments
18443500 Visors Headgear and headgear accessories
18221000 Waterproof clothing Weatherproof clothing
18220000 Weatherproof clothing Outerwear
18213000 Wind jackets Coats
18141000 Work gloves Workwear accessories
18140000 Workwear accessories Occupational clothing, special workwear and accessories

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:
business.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.