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 Award Notice

BSP-25-004 Workplace Uniforms and PPE

  • First published: 01 October 2025
  • Last modified: 01 October 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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)

Contents

Summary

OCID:
ocds-h6vhtk-04c92a
Published by:
the Education Authority
Authority ID:
AA84149
Publication date:
01 October 2025
Deadline date:
-
Notice type:
Contract Award 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 award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

the Education Authority

40 Academy Street

Belfast

BT1 2NQ

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.2) Joint procurement

The contract is awarded by a central purchasing body

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-25-004 Workplace Uniforms and PPE

Reference number: BSP-25-004

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.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 5 000 000.00  GBP

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

Quality criterion: AC1.1, 1.2 1.3 Methodology / Weighting: 16

Quality criterion: AC2 Quality Assurance / Weighting: 10

Quality criterion: AC3 Business Continuity and Contract Management / Weighting: 8

Quality criterion: AC4 Social Considerations / Weighting: 6

Cost criterion: AC5 Cost / Weighting: 60

II.2.11) Information about options

Options: Yes

Description of options:

This Framework is for an initial 2 year period with the option to extend for a further 2 years

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 fulfilthe EA’s supply and delivery requirement of Workplace Uniforms andPPE for various directorates and schools throughout the whole of NIfrom 01 June 2024. This Framework Agreement is divided into 5 Lotswhich are: Lot 1 - Protective Clothing, Lot 2 - School CrossingPatrol, Lot 3 - Miscellaneous Items, Equipment, Gloves andSpecialist Protective Clothing, Lot 4 - Catering Accessories Uniforms, Lot 5 - Bite Resistant PPE. This Framework Agreement islet by the Northern Ireland Education Authority “EA” and is opento the EA, including NI educational bodies as follows: Primary andPost Primary schools under the control of the EA, CatholicMaintained Schools, Independent Schools in NI, Irish Medium Schoolsin NI, both Controlled and, Voluntary Grammar Schools, NurserySchool for NI both controlled and Catholic Maintained, schoolmeals kitchens on-site at all of these schools, and ControlledYouth Centres. Further Education Colleges in NI – The colleges withSLA agreements are: North West Regional College, Northern RegionalCollege, South Eastern Regional College, South West College,Southern Regional College, Grant Controlled Integrated EducationSchools in NI, Independent School in NI, Libraries NI, EA Teachers’and Educational Centres, Council for the Curriculum, Examinationand Assessment NI CCEA, Armagh Observatory and Planetarium,Middletown Centre for Autism, Controlled Schools Support CouncilCSSC. Education Authority, Northern Ireland Council forIntegrated Education NICIE. At some point during the life of theFramework, any current and future EA customers, and educationalbodies, may wish to utilise the agreement and should have access,at any point, with the permission of EA. This agreement is notintended to replace any current agreements, either participating ornon-participating institutions may already have in place. The estimated value in II.2.7 is maximum estimated value including allLots and there is no guarantee of spend. Value may move betweenLots during the course of the Framework Agreement

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

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 000-040785

Section V: Award of contract

Contract No: 1

Title: Contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/09/2025

V.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Charles Hughes Ltd.

Westport Business and Technology Park, Westport, Co Mayo, Ireland

Westport

F28FY88

IE

E-mail: info@portwest.ie

NUTS: IE

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

KELTIC LIMITED

Unit 11 Bentley Lane Industrial Park, Bentley Lane

WALSALL

WS2 8TL

UK

Telephone: +44 8450666699

E-mail: scp@kelticclothing.co.uk

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

HEALTHY BEAN LTD

501 COCHRANE LODGE, 501 COCHRANE LODGE 5 WEST PARKSIDE, NORTH GREENWICH

LONDON

SE100ZD

UK

E-mail: info@healthybean.org

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

RESONATE BRANDING LTD

Lissue Industrial Estate, Moira Road

Lisburn

BT28 2RB

UK

Telephone: +44 2892621115

E-mail: info@resonatebranding.co.uk

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 500 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

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. The UK does not have any such bodies wit

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

30/09/2025

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.