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