Contract notice
Section I: Contracting
authority
I.1) Name and addresses
the Education Authority
40 Academy Street
Belfast
BT1 2NQ
UK
Contact person: catering.procureeani.org.uk
E-mail: catering.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 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
CAT-24-008 Cooking Equipment for EDUCATION AUTHORITY
II.1.2) Main CPV code
39310000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The EA invites tenders for the Framework CAT-24-008 Cooking Equipment. The Framework is divided into four Lots as follows: • Lot 1 General Cooking and Convection Ovens, Lot 2 Bratt Pans, Boiling Pans and Free Standing Fryers, Lot 3 High Speed Ovens and Lot 4 Multi-Functional Cooking Devices. A maximum of 3 Contractors will be awarded a place on each Lot. Tenderers may bid for and be appointed to one or more Lots.
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:
Yes
Tenders may be submitted for maximum 4 lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 General Cooking and Convection Ovens
II.2.2) Additional CPV code(s)
39222000
39311000
39220000
39711360
42214100
39711361
42942000
39721100
39312000
39314000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The EA invites tenders for the Framework CAT-24-008 Cooking Equipment. The Framework is divided into four Lots as follows: • Lot 1 General Cooking and Convection Ovens, Lot 2 Bratt Pans, Boiling Pans and Free Standing Fryers, Lot 3 High Speed Ovens and Lot 4 Multi-Functional Cooking Devices. A maximum of 3 Contractors will be awarded a place on each Lot. Tenderers may bid for and be appointed to one or more Lots.
II.2.5) Award criteria
Criteria below:
Price
II.2.6) Estimated value
Value excluding VAT:
1 850 000.00
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:
No
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 Client cannot guarantee any particular level of business within the Framework Agreement. Any. information on previous volumes or value of business are for guidance only and no guarantee is given as to the exact value under this. Framework. Any levels or aggregate values of goods referred to are indicative only and shall not be binding on the Client. The EA reserves. the right to move value between the Lots as required, however, the overarching value will not exceed £5,000,000 (ex VAT) or £6,030,000. (inc VAT)
Lot No: 2
II.2.1) Title
Lot 2 Bratt Pans, Boiling Pans and Free Standing Fryers
II.2.2) Additional CPV code(s)
39222000
39311000
39220000
39711360
42214100
39711361
42942000
39721100
39312000
39314000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The EA invites tenders for the Framework CAT-24-008 Cooking Equipment. The Framework is divided into four Lots as follows: • Lot 1 General Cooking and Convection Ovens, Lot 2 Bratt Pans, Boiling Pans and Free Standing Fryers, Lot 3 High Speed Ovens and Lot 4 Multi-Functional Cooking Devices. A maximum of 3 Contractors will be awarded a place on each Lot. Tenderers may bid for and be appointed to one or more Lots.
II.2.5) Award criteria
Criteria below:
Price
II.2.6) Estimated value
Value excluding VAT:
1 075 000.00
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:
No
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 Client cannot guarantee any particular level of business within the Framework Agreement. Any. information on previous volumes or value of business are for guidance only and no guarantee is given as to the exact value under this. Framework. Any levels or aggregate values of goods referred to are indicative only and shall not be binding on the Client. The EA reserves. the right to move value between the Lots as required, however, the overarching value will not exceed £5,000,000 (ex VAT) or £6,030,000. (inc VAT)
Lot No: 3
II.2.1) Title
Lot 3 High Speed Ovens
II.2.2) Additional CPV code(s)
39222000
39311000
39220000
39711360
42214100
39711361
42942000
39721100
39312000
39314000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The EA invites tenders for the Framework CAT-24-008 Cooking Equipment. The Framework is divided into four Lots as follows: • Lot 1 General Cooking and Convection Ovens, Lot 2 Bratt Pans, Boiling Pans and Free Standing Fryers, Lot 3 High Speed Ovens and Lot 4 Multi-Functional Cooking Devices. A maximum of 3 Contractors will be awarded a place on each Lot. Tenderers may bid for and be appointed to one or more Lots.
II.2.5) Award criteria
Criteria below:
Price
II.2.6) Estimated value
Value excluding VAT:
1 000 000.00
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:
No
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 Client cannot guarantee any particular level of business within the Framework Agreement. Any. information on previous volumes or value of business are for guidance only and no guarantee is given as to the exact value under this. Framework. Any levels or aggregate values of goods referred to are indicative only and shall not be binding on the Client. The EA reserves. the right to move value between the Lots as required, however, the overarching value will not exceed £5,000,000 (ex VAT) or £6,030,000. (inc VAT)
Lot No: 4
II.2.1) Title
Lot 4 Multi-Functional Cooking Devices
II.2.2) Additional CPV code(s)
39222000
39311000
39220000
39711360
42214100
39711361
42942000
39721100
39312000
39314000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The EA invites tenders for the Framework CAT-24-008 Cooking Equipment. The Framework is divided into four Lots as follows: • Lot 1 General Cooking and Convection Ovens, Lot 2 Bratt Pans, Boiling Pans and Free Standing Fryers, Lot 3 High Speed Ovens and Lot 4 Multi-Functional Cooking Devices. A maximum of 3 Contractors will be awarded a place on each Lot. Tenderers may bid for and be appointed to one or more Lots.
II.2.5) Award criteria
Criteria below:
Price
II.2.6) Estimated value
Value excluding VAT:
950 000.00
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:
No
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 Client cannot guarantee any particular level of business within the Framework Agreement. Any. information on previous volumes or value of business are for guidance only and no guarantee is given as to the exact value under this. Framework. Any levels or aggregate values of goods referred to are indicative only and shall not be binding on the Client. The EA reserves. the right to move value between the Lots as required, however, the overarching value will not exceed £5,000,000 (ex VAT) or £6,030,000. (inc VAT)
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: 4
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:
2024/S 000-027788
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/03/2025
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:
22/06/2025
IV.2.7) Conditions for opening of tenders
Date:
24/03/2025
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 is let by the Northern Ireland Education Authority (“EA”) and is open to the EA, including NI educational bodies as. follows. and at some point during the life of the Framework these 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 that participating or nonparticipating.. institutions may already have in place. https://www.education-ni.gov.uk/services/schools-plus. 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. https://www.nidirect.gov.uk/contacts/further-education-fe-colleges. Further Education.. Colleges in. NI. https://www.nicie.org/parents/school-finder/. Grant Controlled Integrated Education Schools in NI. https://www.isc.co.uk/. schools/. northern-ireland/. 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). Northern Ireland Council for Integrated Education (NICIE). Tenderers should.. ensure they read and understand the documentation found in the CFT documents area of eTendersNI. As a Public Sector Procurement... organisation, EA must adhere to the Procurement Policy Notes,https://www.finance-ni.gov.uk/articles/procurement-policy-notes-ppns... This tender includes requirements relating to.Human Rights, Modern Slavery, Supply Chain Resilience. and Social Value and all tenders.. must meet the requirements detailed in the tender documentation to be compliant. EA reserves the right to: 1. Not to award any. contract. as a result of the procurement process commenced by publication of this notice. 2. To make whatever changes it may see fit to. the. content and structure of the tendering competition. 3. To award (a) contract(s) in respect of any part(s) of the supplies covered by this.. notice.
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. 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 as amended.
Belfast
UK
VI.5) Date of dispatch of this notice
21/02/2025