Notice Information
Notice Title
Supply and Delivery of Electronic Components
Notice Description
EDR 25-013 Supply and Delivery of Electronic Components- The Education Authority (EA) invites tenders for the supply and delivery of Electronic components for use in Science and Technology Classrooms within all schools across NI for the period of 01 July 2026 to 31 December 2027 with the option to extend for any period(s) up to and including 18 months. This framework is led by the Northern Ireland Education Authority ("EA") and is open to the EA, including NI educational bodies as follows and at some point during the life of the Framework these bodies may wish to utilise the agreement and should have access, at any point, with the permission of EA. This agreement is not intended to replace any current agreements that participating or non-participating institutions may already have in place. https://www.education-ni.gov.uk/services/schools-plus 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.nidirect.gov.uk/contacts/further-education-fe-colleges Further Education Colleges in NI https://www.nicie.org/parents/school-finder/ Grant Controlled Integrated Education Schools in NI https://www.isc.co.uk/schools/northern-ireland/ Independent School in NI 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) Services, Works, Goods: Goods
Lot Information
Lot 1
Renewal: There will be the option to extend for any further period(s) up to 18 months. Conditions for extension: * The availability of adequate funding. * Changes/increase in need in relation to the Framework and scope of the existing Framework. * If the Framework is continuing to deliver value for money.
Planning Information
PRE-MARKET ENGAGEMENT QUESTIONNAIRE (PME) for the Supply and Delivery of Electronic Components for the Education Authority. Interested suppliers are asked to complete and return the questionnaire via eTendersNI (unique reference EANI-5054) no later than 15:00on the 22nd December 2025.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05f093
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028071-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
-
- CPV Codes
31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
31700000 - Electronic, electromechanical and electrotechnical supplies
31710000 - Electronic equipment
31711000 - Electronic supplies
Notice Value(s)
- Tender Value
- £446,000 £100K-£500K
- Lots Value
- £446,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 26 Mar 20264 weeks ago
- Submission Deadline
- 27 Apr 20262 days to go
- Future Notice Date
- 2 Feb 2026Expired
- Award Date
- Not specified
- Contract Period
- 30 Jun 2026 - 31 Dec 2027 1-2 years
- Recurrence
- 2026-05-29
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE EDUCATION AUTHORITY
- Additional Buyers
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- BELFAST
- Postcode
- BT1 2NQ
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Duncairn
- Westminster Constituency
- Belfast North
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/028071-2026
26th March 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/080526-2025
8th December 2025 - Preliminary market engagement notice on Find a Tender
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-05f093-2026-03-26T15:30:30Z",
"date": "2026-03-26T15:30:30Z",
"ocid": "ocds-h6vhtk-05f093",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PPHJ-6982-JPXY",
"name": "the Education Authority",
"identifier": {
"scheme": "GB-PPON",
"id": "PPHJ-6982-JPXY"
},
"address": {
"streetAddress": "40 Academy Street",
"locality": "Belfast",
"postalCode": "BT1 2NQ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"email": "educationresource.procure@eani.org.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
},
{
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Northern Irish devolved regulations apply"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PPHJ-6982-JPXY",
"name": "the Education Authority"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "PRE-MARKET ENGAGEMENT QUESTIONNAIRE (PME) for the Supply and Delivery of Electronic Components for the Education Authority. Interested suppliers are asked to complete and return the questionnaire via eTendersNI (unique reference EANI-5054) no later than 15:00on the 22nd December 2025.",
"dueDate": "2025-12-22T23:59:59+00:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "080526-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/080526-2025",
"datePublished": "2025-12-08T11:43:54Z",
"format": "text/html"
}
]
},
"tender": {
"id": "EDR 25-013",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Supply and Delivery of Electronic Components",
"description": "EDR 25-013 Supply and Delivery of Electronic Components- The Education Authority (EA) invites tenders for the supply and delivery of Electronic components for use in Science and Technology Classrooms within all schools across NI for the period of 01 July 2026 to 31 December 2027 with the option to extend for any period(s) up to and including 18 months. This framework is led by the Northern Ireland Education Authority (\"EA\") and is open to the EA, including NI educational bodies as follows and at some point during the life of the Framework these bodies may wish to utilise the agreement and should have access, at any point, with the permission of EA. This agreement is not intended to replace any current agreements that participating or non-participating institutions may already have in place. https://www.education-ni.gov.uk/services/schools-plus 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.nidirect.gov.uk/contacts/further-education-fe-colleges Further Education Colleges in NI https://www.nicie.org/parents/school-finder/ Grant Controlled Integrated Education Schools in NI https://www.isc.co.uk/schools/northern-ireland/ Independent School in NI 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) Services, Works, Goods: Goods",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
{
"scheme": "CPV",
"id": "31700000",
"description": "Electronic, electromechanical and electrotechnical supplies"
},
{
"scheme": "CPV",
"id": "31710000",
"description": "Electronic equipment"
},
{
"scheme": "CPV",
"id": "31711000",
"description": "Electronic supplies"
}
],
"relatedLot": "1",
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amountGross": 535200,
"amount": 446000,
"currency": "GBP"
},
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withAndWithoutReopeningCompetition",
"periodRationale": "n/a framework will not run for more than 4 years",
"type": "closed",
"description": "Sections will be awarded on a section by section basis with no limit on the number of sectons to be awarded per supplier. Each section will contain a selected number of mandatory core items which will be evaluated and form the basis for a ranked award. The end user will make call-offs based on objective criteria such as: * Ranking * Compatibility with curriculum requirements * Continuity of requirements, ensuring consistency across teaching and assessment * Product characteristics, reflecting the diverse needs of schools and pupils * Assessment availability, where specific products are required for examinations * Delivery lead time, ensuring timely supply to avoid disruption to teaching * Price, to secure best value for money"
}
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2027-12-31T23:59:59+00:00",
"maxExtentDate": "2029-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 535200,
"amount": 446000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Suppliers will be evaluated on the basis of the Most Advantageous Tender (MAT) which is the tender that both satisfies the requirements and is the best tender when assessed against the award criteria and assessment methodology as highlighted below: AC1 - Review of Core Items - Pass/Fail AC2 - Catalogue Standard - Pass/Fail AC3 - Total Section Cost -100%",
"criteria": [
{
"type": "quality",
"name": "AC1 Review of Core Items",
"description": "AC1 Review of Core Items Tenderers must download 04 Technical Response. Before uploading this part of the response please ensure to follow the below guidance and Instructions. Tenderers must complete the tab entitled 'core items' providing all requested information including a URL link directly to each of the core items they wish to tender for. The Evaluation Panel will review the product(s) offered and determine if they meet the requirements detailed in '02 Specification of Requirements'. There are a number of 'mandatory core' items (highlighted in green within the 04 Technical Response document). Tenderers should be aware that only these products will be included in the evaluation. Should any of the 'mandatory core' items fail to meet the specification of requirements then this will result in a \"Fail\" for the whole section."
},
{
"type": "quality",
"name": "AC2 Catalogue Standard",
"description": "AC2 Review of Catalogues To achieve a pass, Tenderers must fully complete tab 2 of the 04 Technical Response documents entitled 'Catalogues' and provide a link or pdf to suitable catalogue(s) or sections within their website which contain products within the scope of the tender and that fully conform with the requirements detailed in '02 Specification of Requirements'. The Evaluation Panel will determine if the catalogue/website offered is relevant to the teaching of Science and Technology with a particular focus on electronic components up to A Level Standard. NB Tenderers should note that simply providing a link to a website is not sufficient. Any links provided should be to relevant sections within a website."
},
{
"type": "price",
"name": "AC3 Price",
"description": "AC3 Price Suppliers must download and fully complete the document 03 Pricing Schedule for the section(s) for which they are tendering. There are a number of 'mandatory core' items (highlighted in green within the 03 Pricing Schedule document). Tenderers should be aware that only these products will be evaluated by the Evaluation panel. Should any of the 'mandatory core' items fail to meet the specification of requirements then this will result in a \"Fail\" for the whole section."
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "n/a Technical experience only"
},
{
"type": "technical",
"description": "One Condition of Participation Required: Technical ability to perform the contract - Previous Experience Suppliers must provide two detailed examples of having provided a service to a similar scale and scope of the services outlined in the Specification within the last three years. The examples must demonstrate provision of a service that includes: * Details of service/goods provided * Name of Customer * Dates on which the service has been provided to the customer * Annual value of the service which has been provided to the customer. Suppliers must include whether this experience was public, private or third sector and the date the contract was awarded/services commenced."
}
]
},
"renewal": {
"description": "There will be the option to extend for any further period(s) up to 18 months. Conditions for extension: * The availability of adequate funding. * Changes/increase in need in relation to the Framework and scope of the existing Framework. * If the Framework is continuing to deliver value for money."
}
}
],
"communication": {
"futureNoticeDate": "2026-02-02T23:59:59+00:00"
},
"status": "active",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"participationFees": [
{
"id": "ocds-h6vhtk-05f093",
"type": [
"win"
],
"description": "N/A"
}
],
"submissionMethodDetails": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=6470431",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-04-27T15:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-04-20T15:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-05-29T23:59:59+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "028071-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/028071-2026",
"datePublished": "2026-03-26T15:30:30Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2026-05-29T23:59:59+01:00"
}
]
},
"riskDetails": "The Buyer cannot guarantee any particular level of business (volumes/values) within the Contract. Key ongoing risks include extended lead times, limited domestic manufacturing capacity and the prevalence of counterfeit components, which underscores the importance of sourcing through authorised distributors with robust traceability and quality controls. Successful suppliers must adhere to product durability and safety standards - this requirement is outlined within section 2 (Scope of Requirements) of the 02 Specification Schedule. The items within this framework are considered Bottleneck because the organisation has a high operational dependency on a reliable supply of electronic components to support school requirements. However there is a limited number of suppliers within this sector who can supply these items. The electronic components market is further constrained by globalised and concentrated manufacturing, long lead times, and sensitivity to geopolitical and logistical disruptions, all of which reduce supply chain flexibility."
},
"language": "en"
}