Tender

Collection and Disposal of ICT and Electrical Equipment

  • Education Authority

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

Notice identifier: 2025/S 000-069553

Procurement identifier (OCID): ocds-h6vhtk-055d5a (view related notices)

Published 29 October 2025, 5:16pm



Scope

Reference

FMM-25-003

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), 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-educationfe-colleges),

Grant Controlled Integrated Education Schools in NI (https:// www.ni cie.org/parents/

school -finder/),

Independent Schools in NI (https://www.isc.co.uk/ schools/northernireland/),

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) who may also use this Framework

Commercial tool

Establishes a framework

Total value (estimated)

  • £380,000 excluding VAT
  • £450,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 March 2026 to 28 February 2030
  • 4 years

Options

The right to additional purchases while the contract is valid.

The Buyer reserves the right to run Secondary Competitions within all Lots as detailed

within the tender documents.

Main procurement category

Services

CPV classifications

  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90514000 - Refuse recycling services
  • 42914000 - Recycling equipment

Lot 1. Lot 1

Description

Data Bearing Equipment

Lot value (estimated)

  • £126,667 excluding VAT
  • £150,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 2. Lot 2

Description

Non Data Bearing Electrical Equipment

Lot value (estimated)

  • £126,667 excluding VAT
  • £150,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 3. Lot 3

Description

Refrigeration and White Goods

Lot value (estimated)

  • £126,667 excluding VAT
  • £150,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

As per tender documentation

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Submission

Enquiry deadline

19 November 2025, 3:00pm

Tender submission deadline

28 November 2025, 3:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

19 January 2026

Recurring procurement

Publication date of next tender notice (estimated): 31 October 2029


Award criteria

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

The evaluation of this tender will be based on the assessment of Mandatory Requirements (Pass/Fail) and Verification of same and the prices submitted within the document FMM-25-003

Pricing Schedule to...

Cost 100%

Other information

Description of risks to contract performance

The Buyer reserves the right to modify the Framework without a new procurement process in certain circumstances due to the materialisation of a known/unknown risk. Some risks to the contract performance have been identified below and included within document 04 Specification of Requirements:

Increase/decrease in the number of schools / locations / collections

Increase/decrease in the demand to use the Framework

General increases/decreases in all costs such as equipment, insurances, labour rates etc.

Unforeseen/unplanned events (for e.g., new schools which are an amalgamation of existing schools that were previously identified by EA as being eligible to utilise this Framework)

Legislative changes and/or advances in technology that impact the requirements of the Framework

Environmental considerations and/or changes in EA environmental policy that impact the requirements for this type of Service

There is no guarantee of uptake or demand, or the subsequent value of orders under this Framework, therefore the Buyer makes no commitment on the frequency or value of orders during the Framework term.

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