Tender

CAT-24-005 Warewashing, Refrigeration and Freezing Equipment

  • the Education Authority

F02: Contract notice

Notice identifier: 2024/S 000-041258

Procurement identifier (OCID): ocds-h6vhtk-04cc4a

Published 20 December 2024, 3:48pm



The closing date and time has been changed to:

27 January 2025, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

the Education Authority

40 Academy Street

Belfast

BT1 2NQ

Contact

catering.procureeani.org.uk

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.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 above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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-24-005 Warewashing, Refrigeration and Freezing Equipment

Reference number

CAT-24-005

two.1.2) Main CPV code

  • 39310000 - Catering equipment

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 Warewashing , Refrigeration and Freezing Equipment. The Framework is divided into two Lots as follows: • Lot 1 Warewashing Equipment • Lot 2 Refrigeration and Freezing Equipment. A maximum of three Contractors will be awarded a place on each Lot.

two.1.5) Estimated total value

Value excluding VAT: £10,050,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

two.2) Description

two.2.1) Title

Lot 1 Warewashing Equipment

Lot No

1

two.2.2) Additional CPV code(s)

  • 39310000 - Catering equipment
  • 39300000 - Miscellaneous equipment
  • 39314000 - Industrial kitchen equipment
  • 39312200 - Canteen equipment
  • 39710000 - Electrical domestic appliances
  • 39700000 - Domestic appliances
  • 39711130 - Refrigerators
  • 39711124 - Industrial freezers
  • 39711123 - Upright-type freezers
  • 39711121 - Chest-type freezers
  • 39711120 - Freezers
  • 39711110 - Refrigerator-freezers
  • 39711100 - Refrigerators and freezers
  • 39713100 - Dishwashing machines
  • 42200000 - Machinery for food, beverage and tobacco processing and associated parts
  • 42210000 - Food, beverage and tobacco-processing machinery

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 Warewashing , Refrigeration and Freezing Equipment. The Framework is divided into two Lots as follows: • Lot 1 Warewashing Equipment • Lot 2 Refrigeration and Freezing Equipment. A maximum of three Contractors will be awarded a place on each Lot.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,050,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will be valid for an initial period of 2 years from the Commencement Date with

option to extend for period/s up to 24 months.

two.2.10) Information about variants

Variants will be accepted: No

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 option

to extend for period/s up to 24 months.

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 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 £10,050,000 (ex VAT) or £12,060,000 (inc VAT)

two.2) Description

two.2.1) Title

Lot 2 Refrigeration and Freezing Equipment

Lot No

2

two.2.2) Additional CPV code(s)

  • 39310000 - Catering equipment
  • 39300000 - Miscellaneous equipment
  • 39314000 - Industrial kitchen equipment
  • 39312200 - Canteen equipment
  • 39710000 - Electrical domestic appliances
  • 39700000 - Domestic appliances
  • 39711130 - Refrigerators
  • 39711124 - Industrial freezers
  • 39711123 - Upright-type freezers
  • 39711121 - Chest-type freezers
  • 39711120 - Freezers
  • 39711110 - Refrigerator-freezers
  • 39711100 - Refrigerators and freezers
  • 39713100 - Dishwashing machines
  • 42200000 - Machinery for food, beverage and tobacco processing and associated parts
  • 42210000 - Food, beverage and tobacco-processing machinery

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 Warewashing , Refrigeration and Freezing Equipment. The Framework is divided into two Lots as follows: • Lot 1 Warewashing Equipment • Lot 2 Refrigeration and Freezing Equipment. A maximum of three Contractors will be awarded a place on each Lot.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,050,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will be valid for an initial period of 2 years from the Commencement Date with

option to extend for period/s up to 24 months.

two.2.10) Information about variants

Variants will be accepted: No

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

option to extend for period/s up to 24 months.

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 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 £10,050,000 (ex VAT) or £12,060,000 (inc VAT)


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

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

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.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

24 January 2025

Local time

3:00pm

Changed to:

Date

27 January 2025

Local time

3:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 24 April 2025

four.2.7) Conditions for opening of tenders

Date

24 January 2025

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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.. 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.

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.

Belfast

Country

United Kingdom