Scope
Reference
FAE-25-008
Description
The Education Authority (EA) invites tenders for the supply and delivery of outdoor learning equipment to outdoor learning centres and individual schools and EA locations within Northern Ireland for a period of 4 years.
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 Framework is not intended to replace any current Contracts/Frameworks 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 Schools 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/furthereducation-
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 Schoolsin 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)
Commercial tool
Establishes a framework
Total value (estimated)
- £500,000 excluding VAT
- £600,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 June 2026 to 31 May 2030
- 4 years
Main procurement category
Goods
Contract locations
- UKN - Northern Ireland
Not the same for all lots
CPV classifications are shown in Lot sections, because they are not the same for all lots.
Lot 1. Clothing and Footwear
Description
Lot 1 is for the supply and delivery of Clothing and Footwear.
Lot value (estimated)
- £105,000 excluding VAT
- £126,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 18000000 - Clothing, footwear, luggage articles and accessories
- 18200000 - Outerwear
- 18800000 - Footwear
- 18823000 - Climbing boots
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Cycling Equipment
Description
Lot 2 is for the supply and delivery of Cycling Equipment.
Lot value (estimated)
- £50,000 excluding VAT
- £60,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 34430000 - Bicycles
- 34432000 - Parts and accessories for bicycles
- 34431000 - Non-motorised bicycles
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Water Sports Equipment
Description
Lot 3 is for the supply and delivery of Water Sports Equipment
Lot value (estimated)
- £140,000 excluding VAT
- £168,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 37410000 - Outdoor sports equipment
- 37412000 - Water-sports equipment
- 37412300 - Surf and swim equipment and accessories
- 37416000 - Leisure equipment
- 34522550 - Canoes
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 4. Camping Equipment
Description
Lot 4 is for the supply and delivery of Camping Equipment.
Lot value (estimated)
- £110,000 excluding VAT
- £132,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 37410000 - Outdoor sports equipment
- 37414000 - Camping goods
- 37414600 - Camping or outdoor stoves
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 5. Climbing/Caving Equipment
Description
Lot 5 is for the supply and delivery of Climbing/Caving Equipment.
Lot value (estimated)
- £95,000 excluding VAT
- £114,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 37410000 - Outdoor sports equipment
- 37416000 - Leisure equipment
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
20
Maximum percentage fee charged to suppliers
0%
Framework operation description
One supplier will be Awarded to each sub-Lot on this Framework. Orders for items within the Core List of each Sub-Lot will be placed direct with the awarded Supplier on the sub-lot. The buyer may also engage with suppliers on a sub-lot to add additional items onto the Framework that fall within the scope of the sub-lot. The Buyer is not obliged to add any items onto the Framework non-core list and reserves the right to benchmark prices offered by the Supplier to ensure value for money before any non-core items are added.
The Buyer may also purchase items from the Framework via a mini-competition.
The Buyer reserves the right to conduct mini competitions for any additional requirements over and above those listed under this Framework but which fall within the scope of the Framework that are over the value of £10k. For the avoidance of doubt, mini-competitions may only be conducted between all awarded Suppliers in the Lot that the item to be added falls within scope of. It is envisaged that the Buyer may use this mechanism under the Framework where there exists a bulk purchase requirement. Any mini-competition will be based on 100% price, however there may be a requirement for additional mandatory criteria specific to each project, for example supply by a specified time / date.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Particular suitability
Lot 1. Clothing and Footwear
Lot 2. Cycling Equipment
Lot 3. Water Sports Equipment
Lot 4. Camping Equipment
Lot 5. Climbing/Caving Equipment
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
23 February 2026, 3:00pm
Tender submission deadline
3 March 2026, 3:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
20 April 2026
Recurring procurement
Publication date of next tender notice (estimated): 10 December 2029
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Price | Price | 100% |
Other information
Payment terms
The Supplier must ensure that the Buyer has issued a purchase order number in advance of any goods being delivered.
Payments will only be made on receipt of an invoice quoting the relevant purchase order number.
The Supplier must ensure that purchase orders received are accurate in that they state the correct contract prices, or return for correction prior to the order being fulfilled, as
discrepancies could result in delays to invoice payments where purchase orders and invoices do not match.
Invoices must be in pounds Sterling (GBP).
Suppliers must submit invoices directly to the address as specified on the order.
SupplierS must submit a group statement for outstanding invoices on a monthly basis. The supplier may liaise with EA Accounts Payable to identify the information required on the
statement.
The Supplier must replace or make good at their own expense any items that are or become defective as a result of poor design, materials or service.
Payment shall be made through the Bankers Automated Clearing System.
The Supplier will be required to provide bank account details to the Buyer to facilitate this method of payment.
The Buyer reserves the right to withhold payment against any invoice which is not submitted in accordance with the Framework, or which covers or purports to relate to goods which have not been provided in accordance with the Contract and shall forthwith notify the supplier accordingly in writing.
During the Term the Buyer reserves the right to review ordering and/or invoicing procedures with the Supplier.
For an invoice to be considered valid it must be legible, from which a clear scanned image can be produced, and clearly show the following information:
• Purchase Order number (only one purchase order per invoice)
• Invoice number
• Invoice date / tax point
• Supplier name, address, postcode and VAT registration number
• Remittance name and address where this is different to above
• Goods details which match the PO details, including quantity billed, item description,
unit of measure, unit price and total value (only goods delivered should be on an invoice)
All invoices must be made payable to the Supplier and not to any nominated subcontractor(s).
Description of risks to contract performance
There may be additional requirements required from the Supplier during the term of the Framework that could not be identified or foreseen at the time of tender, but which are consistent with the requirements noted. In such circumstances the EA may seek to agree a modification of the Framework through a Framework variation to facilitate the provision of such requirements by the Supplier, with the charges for such set out in the Pricing Schedule as per the tender. It is envisaged that such modifications will be made without requiring a new procurement procedure in accordance with the Procurement Act 2023 and Procurement Regulations 2024.
Furthermore, suppliers should note that, in accordance with Section 31 and /or Section 74 of the Procurement Act 2023, the Buyer reserves the right to modify the Framework without a new procurement process in certain circumstances. In particular, but without limiting the foregoing, Suppliers should note that the true value of the Framework may differ from the values outlined for the following reasons:
• Increase/decrease in the number of schools and number of pupils.
• Increase/decrease in the demand to use the Framework
• General increases/decreases in all costs such as equipment, insurances, labour rates etc.
• Unforeseen/unplanned events (for e.g., new schools which are an amalgamation of existing schools that were previously identified by EA as being eligible to utilise this Framework).
• Increase/decrease in EA funding.
• Legislative changes and/or advances in technology that impact the requirements or the items on this Framework.
• Environmental considerations and/or changes in EA environmental policy that impact the requirements for this type of Goods.
There is no guarantee uptake or demand, or the subsequent value of orders under this Framework, therefore the Buyer makes no commitment on the frequency or value of orders during the Framework term.
The EA reserve the right to move value between the Lots at their discretion; however, the cumulative value of all Lots will not exceed £500,000 ex VAT or £600,000 with VAT.
The EA do reserve the right to modify the contract for any of the reasons noted in the Specification Schedule, Section 19 Additional Requirements, or as noted above in this notice and so the actual value of the contract/s may be greater than noted above.
There is no guarantee that any orders will be placed in any quantity during the period of the Framework.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
the Education Authority
- Public Procurement Organisation Number: PPHJ-6982-JPXY
40 Academy Street
Belfast
BT1 2NQ
United Kingdom
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland