Tender

Supply and Delivery of Cleaning and Hygiene Products to the Education Authority

  • Education Authority

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-066499

Procurement identifier (OCID): ocds-h6vhtk-0545b1 (view related notices)

Published 17 October 2025, 5:17pm



Scope

Reference

FMM-25-006

Description

This Framework Agreement will be established on behalf of EA, 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.education-ni.gov.uk/services/schools-plus

Further Education Colleges in NI

https://www.nidirect.gov.uk/contacts/further-education-fe-colleges

Grant Controlled Integrated Education Schools in NI

https://www.nicie.org/parents/school-finder/

Independent School in NI

https://www.isc.co.uk/schools/northern-ireland/

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)

  • £8,166,028.32 excluding VAT
  • £9,799,200 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2030
  • 4 years

Main procurement category

Goods

CPV classifications

  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39800000 - Cleaning and polishing products
  • 39830000 - Cleaning products
  • 39832000 - Dishwashing products
  • 39832100 - Dishwashing powder
  • 39833000 - Anti-dust products
  • 39525800 - Cleaning cloths
  • 39831100 - Oil dispersant
  • 39831300 - Floor cleaners
  • 39831400 - Screen cleaners
  • 39831600 - Toilet cleaners
  • 39831210 - Dishwasher detergents
  • 39831220 - Degreasing agents
  • 39831230 - Grease digesters
  • 39831250 - Rinsing solutions
  • 39831200 - Detergents
  • 39831240 - Cleaning compounds
  • 39224300 - Brooms and brushes and other articles for household cleaning
  • 39224000 - Brooms and brushes and other articles of various types
  • 39224100 - Brooms
  • 39224310 - Toilet brushes
  • 39224350 - Dustpans
  • 39224340 - Bins
  • 39224330 - Buckets
  • 39224320 - Sponges
  • 39812100 - Floor polishes
  • 39812500 - Sealants
  • 39812300 - Polishing waxes
  • 39813000 - Scouring pastes and powders
  • 39811000 - Preparations for perfuming or deodorising rooms
  • 39811200 - Air sanitisers
  • 33141420 - Surgical gloves
  • 18424000 - Gloves
  • 18424300 - Disposable gloves
  • 39525810 - Polishing cloths
  • 34928480 - Waste and rubbish containers and bins
  • 19640000 - Polythene waste and refuse sacks and bags
  • 03313200 - Natural sponges

Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0.75%

Further information about fees

Management Levy included, further details available in Schedule 31 Buyer Specific Terms

Framework operation description

The tender has been split into three Sections.

The highest ranked Supplier for each item within Sections 1 and 2 and the highest ranked Supplier for each Linked Product Item within Section 3 will be placed on the Framework.

The Buyer may purchase items from the Framework Agreement via direct call-off or Secondary Competition throughout the Framework Term.

Further competitions may be commissioned for additional cleaning and hygiene products required by the Buyer during the Framework Period. Any further competition will be run with all Suppliers appointed to the Framework irrespective of the items they are awarded. (Unless otherwise excluded through poor performance). Once awarded, the Competed Goods shall form part of the Standard Goods which the successful Framework Agreement Supplier is eligible to provide under the terms of this Framework Agreement for the duration of the Framework Agreement.

The Buyer reserves the right to add items or take items off the Framework Agreement schedule at any time during the period of the Framework Agreement. Suppliers are reminded that the extent of these additions/deletions is not limited.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Technical ability conditions of participation

Previous Experience

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

11 November 2025, 2:00pm

Tender submission deadline

18 November 2025, 2:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 March 2026

Recurring procurement

Publication date of next tender notice (estimated): 1 October 2029


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
AC1 - Price

The evaluation of this tender will be based on the assessment of Mandatory Requirements

(Pass/Fail) and the prices submitted within the document FMM-25-006 Pricing Schedule to achieve the MAT bid for...

Cost 100%

Other information

Payment terms

Full details can be found in the CfT documents section on eTendersNI

https://etendersni.gov.uk/epps/home.do

Description of risks to contract performance

Potential increase in demand due to expanded scope including in the case of epidemic/pandemic: 50% contingency has been added to Framework value, and the inclusion of wording in the tender notice to highlight this as a "known unknown" and therefore reserve the right to seek costs either through a mini competition or direct request to Framework Providers for the supply of cleaning and hygiene related PPE items under this Framework should an urgent need arise in response to an epidemic/pandemic situation. Any such mini competition or direct request may include items such as FFP3 masks, aprons, gloves, hand sanitiser or other cleaning and hygiene related products that are specifically required to address this risk

Product unavailability or recall - Framework will include the right for the Buyer to seek prices from other framework providers if the awarded Supplier cannot fulfil the orders.

Manufacturer-driven changes, i.e. alterations to pack sizes - Allowances have been made in the Specification for variations or modifications if necessary and still providing best value for money

Legislative changes impacting demand e.g. environmental regulations - Specification allows for amends due to changes in legislation

These risks have been identified as "known unknown" risks

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

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