Contract

BSP-25-004 Workplace Uniforms and PPE

  • the Education Authority

F03: Contract award notice

Notice identifier: 2025/S 000-060786

Procurement identifier (OCID): ocds-h6vhtk-04c92a (view related notices)

Published 30 September 2025, 11:09am



Section one: Contracting authority

one.1) Name and addresses

the Education Authority

40 Academy Street

Belfast

BT1 2NQ

Email

business.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.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

Email

info@portwest.ie

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

Email

scp@kelticclothing.co.uk

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

Email

info@healthybean.org

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

Email

info@resonatebranding.co.uk

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.