Construction Contract Leads
Northern Ireland
Category Goods
Type Tender
No. of Lots 5
Status Active
Published 13th Mar 2026
| Reference | ocds-h6vhtk-066a07 |
| Common Procurement Vocabulary | Waste and rubbish containers and bins |
| Procurement Method | Open procedure |
| Value | £990,000 |
Northern Ireland
Category Goods
Type Tender
No. of Lots 5
Status Active
Published 13th Mar 2026
| Reference | ocds-h6vhtk-066a07 |
| Common Procurement Vocabulary | Waste and rubbish containers and bins |
| Procurement Method | Open procedure |
| Value | £990,000 |
Scope
Reference
FAE-26-002
Description
This Framework is let by the Northern Ireland Education Authority (鈥淓A鈥) and is open to the EA, including the NI educational bodies listed below. At some point during the life of the Framework these bodies may wish to utilise the Framework and must have access, at any point, with the permission of EA. This Framework is not intended to replace any current agreements that participating or non-participating institutions may already have in place.
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.
Further Education Colleges in NI
Grant Controlled Integrated Education Schools in NI
Independent School in NI
Libraries NI:
EA Teachers鈥 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)
- 拢990,000 excluding VAT
- 拢1,188,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 9 July 2026 to 8 July 2030
- 4 years
Main procurement category
Goods
CPV classifications
- 39150000 - Miscellaneous furniture and equipment
- 39160000 - School furniture
- 39142000 - Garden furniture
- 39224340 - Bins
- 34928480 - Waste and rubbish containers and bins
Contract locations
- UKN - Northern Ireland
Lot 1. Outdoor Benches
Description
Lot 1 is for the supply and delivery of outdoor benches made from recycled plastic
Lot value (estimated)
- 拢295,000 excluding VAT
- 拢354,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Outdoor Picnic Tables
Description
Lot 2 is for the supply and delivery of outdoor picnic tables made from recycled plastic.
Lot value (estimated)
- 拢455,000 excluding VAT
- 拢546,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Outdoor Planters
Description
Lot 3 is for the supply and delivery of outdoor planters made from recycled plastic.
Lot value (estimated)
- 拢115,000 excluding VAT
- 拢138,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 4. Outdoor Sandpits
Description
Lot 4 is for the supply and delivery of outdoor sandpits made from recycled plastic.
Lot value (estimated)
- 拢35,000 excluding VAT
- 拢42,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 5. Outdoor Litterbins
Description
Lot 5 is for the supply and delivery of outdoor litter bins made from recycled plastic.
Lot value (estimated)
- 拢90,000 excluding VAT
- 拢108,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
15
Maximum percentage fee charged to suppliers
0%
Framework operation description
It is envisaged that this is a ranked, non-exclusive Framework with a maximum of three Suppliers being appointed to each Lot.
The Buyer may purchase items from the Framework via direct call-off or via a
mini-competition.
All items awarded under the Framework across all Lots will be available for the Buyer to
order directly on the iProcurement shop. The requirements of the individual Buyer will
differ on a case by case basis, and therefore, the Buyer has the right to select items from
the Framework (appointed on the basis of the criteria set out in the original Call for
Tender), either via the Core List or Non-Core List, from a Supplier on the respective
Framework Lot based on their operational and technical requirements,
considering some or all of the following criteria:
鈥he best combination of price and compatibility with existing furniture based on their
individual need
鈥roduct availability / delivery lead time
鈥ny other reason
The Supplier may also offer special discounted deals throughout the period of this
Framework. The Supplier is expected to contact the procurement team with details of any
offers available. This Framework will allow EA to avail of any such offers and
these will be assessed on a case-by-case basis.
The Buyer reserves the right to conduct mini competitions for any additional requirements
over and above those listed under this Framework but which fall within the
scope of the Framework, or for any requirements over the value of 拢10k within
a Lot, during the period of the Framework. It is envisaged that the Buyer may
use this mechanism under the Framework where there exists a bulk purchase
requirement. Any mini competition will be based on 100% price, however there may be a
requirement for additional mandatory criteria specific to each project, for example supply /
installation by a specified time / date. For the avoidance of doubt, there is no obligation on
the Buyer to conduct a mini competition for requirements in excess of 拢10k within a Lot,
however, the Buyer may do this should they envisage a mini competition could deliver
better value for money.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Particular suitability
Lot 1. Outdoor Benches
Lot 2. Outdoor Picnic Tables
Lot 3. Outdoor Planters
Lot 4. Outdoor Sandpits
Lot 5. Outdoor Litterbins
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
31 March 2026, 3:00pm
Tender submission deadline
9 April 2026, 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)
13 May 2026
Recurring procurement
Publication date of next tender notice (estimated): 9 January 2030
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Quantitive Award Criteria | Price | 100% |
Other information
Payment terms
The Supplier must ensure that the Buyer has issued a Purchase order number in advance
of any goods being delivered.
Payments will only be made on receipt of an invoice quoting the relevant purchase order
number.
The Supplier must ensure that purchase orders received are accurate in that they state
the correct contract prices, or return for correction prior to the order being fulfilled, as
discrepancies could result in delays to invoice payments where purchase orders and
invoices do not match.
Invoices must be in pounds Sterling (GBP).
Suppliers must submit invoices directly to the address as specified on the order.
Supplier must submit a group statement for outstanding invoices on a monthly basis. The
supplier may liaise with EA Accounts Payable to identify the information required on the
statement.
The Supplier must replace or make good at their own expense any items that are or
become defective as a result of poor design, materials or service.
Payment shall be made through the Bankers Automated Clearing System. The Supplier
will be required to provide bank account details to the Buyer to facilitate this method of
payment.
The Buyer reserves the right to withhold payment against any invoice which is not
submitted in accordance with the Framework, or which covers or purports to relate to
goods which have not been provided in accordance with the Contract and shall forthwith
notify the supplier accordingly in writing.
During the Term the Buyer reserves the right to review ordering and/or invoicing
procedures with the Supplier.
For an invoice to be considered valid it must be legible, from which a clear scanned image
can be produced, and clearly show the following information:
鈥 Purchase Order number (only one purchase order per invoice)
鈥 Invoice number
鈥 Invoice date / tax point
鈥 Supplier name, address, postcode and VAT registration number
鈥 Remittance name and address where this is different to above
鈥 Goods details which match the PO details, including quantity billed, item description,
unit of measure, unit price and total value (only goods delivered should be on an invoice)
All invoices must be made payable to the Supplier and not to any nominated
subcontractor(s).
Description of risks to contract performance
The estimated Framework value includes a contingency for expenditure attributed for
potential Capital Projects and ad hoc school system upgrade requirements, however, the
cost and number of these occurring in the next four years is currently unknown, and could
be impacted by a number of unforeseen events such as breakdowns or macro events
impacting market price volatility. In addition, the availability of capital funding for schools,
the level of which is currently unknown over the next four years may serve to increase or
reduce demand for the equipment on this Framework and could be impacted by the ability to take forward refurbishment projects or new builds. The Buyer reserves the right to increase the value of the Framework in the event additional value is required to
purchase outdoor furniture made from recycled plastic as a result of these events.
The Buyer cannot guarantee any particular level of business (volumes/values) within the Framework.
Furthermore, suppliers should note that, in accordance with Section 31 and /or Section 74
of the Procurement Act 2023, the Buyer reserves the right to modify the Framework
without a new procurement process in certain circumstances. In particular, but without
limiting the foregoing, Suppliers should note that the true value of the Framework may
differ from the values outlined for the following reasons:
鈥ncrease/decrease in the number of schools and number of pupils.
鈥ncrease/decrease in the demand to use the Framework
鈥eneral increases/decreases in all costs such as equipment, insurances, labour rates
etc.
鈥nforeseen/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
Contract).
鈥ncrease/decrease in EA funding.
鈥egislative changes and/or advances in technology that impact the requirements or the
items on this Contract.
鈥nvironmental considerations and/or changes in EA environmental policy that impact the
requirements for this type of Goods.
The EA reserves the right to move value between the Lots as required, however, the
overarching value will not exceed 拢990,000 (ex VAT) or 拢1,188,000 (inc. VAT). EA do
reserve the right to modify the contract for any of the reasons noted in the Specification
Schedule, Section 18 Additional Requirements, or as noted above in this notice and so
the actual value of the contract/s may be greater than noted above.
There is no guarantee that any orders will be placed in any quantity during the period of
the Contract
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Justification for not publishing a preliminary market engagement notice
A Preliminary Market Engagement Notice was published under OCID - ocds-h6vhtk-05d357
Contracting authority
the Education Authority
- Public Procurement Organisation Number: PPHJ-6982-JPXY
40 Academy Street
Belfast
BT1 2NQ
United Kingdom
Email: equipment.procure [at] eani.org.uk
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
