Section one: Contracting authority
one.1) Name and addresses
the Education Authority
40 Academy Street
Belfast
BT12NQ
Country
United Kingdom
Region code
UKN06 - Belfast
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main 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 has established a Framework Agreement for the supply and delivery of Warewashing and Refrigeration and Freezing equipment.
The Framework is divided into two Lots as follows: • Lot 1 Warewashing Equipment • Lot 2 Refrigeration and Freezing Equipment. This Contract Award notice is being published following the Award of Lot 2 Refrigeration and Freezing Equipment.
A Previous Contract Award Notice was published following the award of Lot 1 Warewashing Equipment. This notice is referenced 2025/S 000-031592 and was published on 11 June 2025.
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: £10,050,000
two.2) Description
two.2.1) Title
Warewashing Equipment
Lot No
1
two.2.2) Additional CPV code(s)
- 39300000 - Miscellaneous equipment
- 39700000 - Domestic appliances
- 42200000 - Machinery for food, beverage and tobacco processing and associated parts
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Client has established a Framework Agreement for the supply and delivery of Warewashing and Refrigeration and Freezing equipment.
The Framework is divided into two Lots as follows: • Lot 1 Warewashing Equipment • Lot 2 Refrigeration and Freezing Equipment. This Contract Award notice is being published following the Award of Lot 2 Refrigeration and Freezing Equipment.
A Previous Contract Award Notice was published following the award of Lot 1 Warewashing Equipment. We refer to this notice referenced 2025/S 000-031592 which was published on 11 June 2025 for information relating to the award of Lot 1.
two.2.5) Award criteria
Price
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 options to extend for period/s up to 24 months.
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 of the Framework Agreement will not exceed £10,050,000 (ex VAT) or £12,060,000 (inc VAT).
two.2) Description
two.2.1) Title
Refrigeration and Freezing Equipment
Lot No
2
two.2.2) Additional CPV code(s)
- 39300000 - Miscellaneous equipment
- 39700000 - Domestic appliances
- 42200000 - Machinery for food, beverage and tobacco processing and associated parts
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Client has established a Framework Agreement for the supply and delivery of Warewashing and Refrigeration and Freezing equipment.
The Framework is divided into two Lots as follows: • Lot 1 Warewashing Equipment • Lot 2 Refrigeration and Freezing Equipment. This Contract Award notice is being published following the Award of Lot 2 Refrigeration and Freezing Equipment.
A Previous Contract Award Notice was published following the award of Lot 1 Warewashing Equipment. We refer to this notice referenced 2025/S 000-031592 which was published on 11 June 2025 for information relating to the award of Lot 1.
two.2.5) Award criteria
Price
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 options to extend for period/s up to 24 months.
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 of the Framework Agreement 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.1.8) 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 000-041258
Section five. Award of contract
Lot No
2
Title
Refrigeration and Freezing Equipment
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 July 2025
five.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
STEPHENS CATERING EQUIPMENT CO LTD
Ballymena
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
Companies House
NI011092
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: £10,050,000
Total value of the contract/lot: £10,050,000
Section six. Complementary information
six.3) Additional information
This Contract Award Notice is being published following Award of Lot 2 - Refrigeration and Freezing equipment on 1 July 2025.
A previous F03 Contract award notice was published following the Award of Lot 1 - Warewashing, this being notice 2025/000-031592 published on 11 June 2025. As detailed in this notice, the evaluation of Lot 2 was ongoing at the time of publication, and EA confirmed that a seperate award notice would be published following the award of Lot 2.
For the avoidance of doubt, the combined total value of the Framework Agreement (Lots 1 and 2) is £10,050,000 excluding VAT.
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 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/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).
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.
Belfast
Country
United Kingdom