Contract

CAT-24-001 Equipment for food holding, preparation and transport for the Education Authority

  • the Education Authority

F03: Contract award notice

Notice identifier: 2025/S 000-001265

Procurement identifier (OCID): ocds-h6vhtk-047dcf

Published 14 January 2025, 4:44pm



Section one: Contracting authority

one.1) Name and addresses

the Education Authority

40 Academy Street

Belfast

BT1 2NQ

Email

catering.procure@eani.org.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CAT-24-001 Equipment for food holding, preparation and transport for the Education Authority

Reference number

CAT-24-001

two.1.2) Main CPV code

  • 42210000 - Food, beverage and tobacco-processing machinery

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Client intends to establish a Framework Agreement for the supply and delivery of equipment for food holding, preparation and transport. The Framework is divided into three Lots as follows: • Lot 1 Bain Maries, Hot Cupboards, Merchandiser Display Units and Modular Counter Units • Lot 2 Food Preparation Equipment • Lot 3 Food Transport Equipment A maximum of three Contractors will be awarded a place on each Lot. EA reserves the right to add additional products to the list provided for each Lot as required over the lifetime of the Framework.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £5,450,000

two.2) Description

two.2.1) Title

Lot 1 Bain Maries, Hot Cupboards, Merchandiser Display Units and Modular Counter Units

Lot No

1

two.2.2) Additional CPV code(s)

  • 42215000 - Machinery for the industrial preparation or manufacture of food or drink
  • 42215100 - Food-cutting machines
  • 42215200 - Food-processing machinery
  • 39711211 - Food mixers
  • 39711210 - Food blenders
  • 39711200 - Food processors
  • 39711000 - Electrical domestic appliances for use with foodstuffs
  • 39710000 - Electrical domestic appliances
  • 39700000 - Domestic appliances
  • 39310000 - Catering equipment
  • 39312100 - Meat slicers
  • 39312200 - Canteen equipment
  • 39312000 - Food-preparation equipment
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Client intends to establish a Framework Agreement for the supply and delivery of equipment for food holding, preparation and transport. The Framework is divided into three Lots as follows: • Lot 1 Bain Maries, Hot Cupboards, Merchandiser Display Units and Modular Counter Units • Lot 2 Food Preparation Equipment • Lot 3 Food Transport Equipment A maximum of three Contractors will be awarded a place on each Lot. EA reserves the right to add additional products to the list provided for each Lot as required over the lifetime of the Framework.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Cost criterion - Name: Price / Weighting: 80

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will be valid for an initial period of 2 years from the Commencement Date with twofurther options of 12-month extension periods.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The Client cannot guarantee any particular level of business within the Contract. 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 Contract. 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 of the Framework Agreement will not exceed £5,450,000.

two.2) Description

two.2.1) Title

Lot 2 Food Preparation Equipment

Lot No

2

two.2.2) Additional CPV code(s)

  • 42215000 - Machinery for the industrial preparation or manufacture of food or drink
  • 42215100 - Food-cutting machines
  • 42215200 - Food-processing machinery
  • 39711211 - Food mixers
  • 39711210 - Food blenders
  • 39711200 - Food processors
  • 39711000 - Electrical domestic appliances for use with foodstuffs
  • 39710000 - Electrical domestic appliances
  • 39700000 - Domestic appliances
  • 39310000 - Catering equipment
  • 39312100 - Meat slicers
  • 39312200 - Canteen equipment
  • 39312000 - Food-preparation equipment
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Client intends to establish a Framework Agreement for the supply and delivery of equipment for food holding, preparation and transport. The Framework is divided into three Lots as follows: • Lot 1 Bain Maries, Hot Cupboards, Merchandiser Display Units and Modular Counter Units • Lot 2 Food Preparation Equipment • Lot 3 Food Transport Equipment A maximum of three Contractors will be awarded a place on each Lot. EA reserves the right to add additional products to the list provided for each Lot as required over the lifetime of the Framework.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Cost criterion - Name: Price / Weighting: 80

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will be valid for an initial period of 2 years from the Commencement Date with twofurther options of 12-month extension periods

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The Client cannot guarantee any particular level of business within the Contract. 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 Contract. 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 of the Framework Agreement will not exceed £5,450,000.

two.2) Description

two.2.1) Title

Lot 3 Food Transport Equipment

Lot No

3

two.2.2) Additional CPV code(s)

  • 42215000 - Machinery for the industrial preparation or manufacture of food or drink
  • 42215100 - Food-cutting machines
  • 42215200 - Food-processing machinery
  • 39711211 - Food mixers
  • 39711210 - Food blenders
  • 39711200 - Food processors
  • 39711000 - Electrical domestic appliances for use with foodstuffs
  • 39710000 - Electrical domestic appliances
  • 39700000 - Domestic appliances
  • 39310000 - Catering equipment
  • 39312100 - Meat slicers
  • 39312200 - Canteen equipment
  • 39312000 - Food-preparation equipment
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Client intends to establish a Framework Agreement for the supply and delivery of equipment for food holding, preparation and transport. The Framework is divided into three Lots as follows: • Lot 1 Bain Maries, Hot Cupboards, Merchandiser Display Units and Modular Counter Units • Lot 2 Food Preparation Equipment • Lot 3 Food Transport Equipment A maximum of three Contractors will be awarded a place on each Lot. EA reserves the right to add additional products to the list provided for each Lot as required over the lifetime of the Framework.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Cost criterion - Name: Price / Weighting: 80

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will be valid for an initial period of 2 years from the Commencement Date with twofurther options of 12-month extension periods

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The Client cannot guarantee any particular level of business within the Contract. Any. information onprevious volumes or value of business are for guidance only and no guarantee. is given as to the exact value under this Contract. Anylevels, or aggregate values of goods,. referred to are indicative only and shall not be binding on the Client. The EA reserves the right tomove value between the Lots as required, however, the overarching value of the Framework Agreement will not exceed £5,450,000.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-021884


Section five. Award of contract

Contract No

1

Lot No

1

Title

Lot 1 Bain Maries, Hot Cupboards, Merchandiser Display Units and Modular Counter Units

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 December 2024

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

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

Number of tenders received by electronic means: 3

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

five.2.3) Name and address of the contractor

STEPHENS CATERING EQUIPMENT CO LTD

205 Carnalbanagh Road, Broughshane

BALLYMENA

BT42 4NY

Email

info@stephens-catering.com

Telephone

+44 2825861711

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CE-Tech

Unit A6

BALLYMENA

BT42 3AZ

Email

info@ce-tech.info

Telephone

+44 2825631731

Fax

+44 2825631779

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £2,500,000

Total value of the contract/lot: £2,500,000


Section five. Award of contract

Contract No

2

Lot No

2

Title

Lot 2 Food Preparation Equipment

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 December 2024

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

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

five.2.3) Name and address of the contractor

STEPHENS CATERING EQUIPMENT CO LTD

205 Carnalbanagh Road, Broughshane

BALLYMENA

BT42 4NY

Email

info@stephens-catering.com

Telephone

+44 2825861711

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CATERING EQUIPMENT SERVICES LTD

Unit 3D Maryland Industrial Estate

BELFAST

BT23 6BL

Email

service@cescatering.co.uk

Telephone

+44 2890491616

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CE-Tech

Unit A6

BALLYMENA

BT42 3AZ

Email

info@ce-tech.info

Telephone

+44 2825631731

Fax

+44 2825631779

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £450,000

Total value of the contract/lot: £450,000


Section five. Award of contract

Contract No

3

Lot No

3

Title

Lot 3 Food Transport Equipment

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 December 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

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

five.2.3) Name and address of the contractor

STEPHENS CATERING EQUIPMENT CO LTD

205 Carnalbanagh Road, Broughshane

BALLYMENA

BT42 4NY

Email

info@stephens-catering.com

Telephone

+44 2825861711

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CE-Tech

Unit A6

BALLYMENA

BT42 3AZ

Email

info@ce-tech.info

Telephone

+44 2825631731

Fax

+44 2825631779

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £2,500,000

Total value of the contract/lot: £2,500,000


Section six. Complementary information

six.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 non-participating. 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.. ..

six.4) Procedures for review

six.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.

As above

Country

United Kingdom