Section one: Contracting authority
one.1) Name and addresses
the Education Authority
40 Academy Street
Belfast
BT1 2NQ
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
BSP-25-004 Workplace Uniforms and PPE
Reference number
BSP-25-004
two.1.2) Main CPV code
- 18100000 - Occupational clothing, special workwear and accessories
two.1.3) Type of contract
Supplies
two.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.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £5,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 18110000 - Occupational clothing
- 18113000 - Industrial clothing
- 18114000 - Coveralls
- 18130000 - Special workwear
- 18140000 - Workwear accessories
- 18141000 - Work gloves
- 18142000 - Safety visors
- 18143000 - Protective gear
- 18200000 - Outerwear
- 18210000 - Coats
- 18213000 - Wind jackets
- 18220000 - Weatherproof clothing
- 18221000 - Waterproof clothing
- 18221300 - Raincoats
- 18222000 - Corporate clothing
- 18230000 - Miscellaneous outerwear
- 18232000 - Skirts
- 18234000 - Trousers
- 18235000 - Pullovers, cardigans and similar articles
- 18235100 - Pullovers
- 18235300 - Sweatshirts
- 18330000 - T-shirts and shirts
- 18331000 - T-shirts
- 18332000 - Shirts
- 18333000 - Polo shirts
- 18400000 - Special clothing and accessories
- 18410000 - Special clothing
- 18420000 - Clothing accessories
- 18424000 - Gloves
- 18443000 - Headgear and headgear accessories
- 18443300 - Headgear
- 18443340 - Caps
- 18443400 - Chin straps for headgear
- 18443320 - Field caps
- 18443500 - Visors
- 18444000 - Protective headgear
- 18444100 - Safety headgear
- 18444110 - Helmets
- 18444111 - Crash helmets
- 18444200 - Hard hats
- 35113000 - Safety equipment
- 35113300 - Safety installations
- 35113430 - Safety vests
- 35113440 - Reflective vests
- 35113470 - Protective shirts or pants
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.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.
two.2.5) Award criteria
Quality criterion - Name: AC1.1, 1.2 1.3 Methodology / Weighting: 16
Quality criterion - Name: AC2 Quality Assurance / Weighting: 10
Quality criterion - Name: AC3 Business Continuity and Contract Management / Weighting: 8
Quality criterion - Name: AC4 Social Considerations / Weighting: 6
Cost criterion - Name: AC5 Cost / Weighting: 60
two.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
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 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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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 000-040785
Section five. Award of contract
Contract No
1
Title
Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 September 2025
five.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other 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
five.2.3) Name and address of the contractor
Charles Hughes Ltd.
Westport Business and Technology Park, Westport, Co Mayo, Ireland
Westport
F28FY88
Country
Ireland
NUTS code
- IE - Ireland
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
KELTIC LIMITED
Unit 11 Bentley Lane Industrial Park, Bentley Lane
WALSALL
WS2 8TL
Telephone
+44 8450666699
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
HEALTHY BEAN LTD
501 COCHRANE LODGE, 501 COCHRANE LODGE 5 WEST PARKSIDE, NORTH GREENWICH
LONDON
SE100ZD
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
RESONATE BRANDING LTD
Lissue Industrial Estate, Moira Road
Lisburn
BT28 2RB
Telephone
+44 2892621115
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: £5,000,000
Total value of the contract/lot: £500,000
Section six. Complementary information
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. The UK does not have any such bodies wit
Belfast
Country
United Kingdom
six.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.