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