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
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
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