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
| 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