Tender

Supply and Delivery of Electronic Components

THE EDUCATION AUTHORITY

This public procurement record has 2 releases in its history.

Tender

26 Mar 2026 at 15:30

Planning

08 Dec 2025 at 11:43

Summary of the contracting process

The Education Authority of Northern Ireland is currently requesting tenders for the supply and delivery of electronic components to be used in various educational institutions across Northern Ireland. The tender, titled "Supply and Delivery of Electronic Components," falls under the goods category, specifically targeting electrical machinery and electronic supplies. The procurement process, now in the tender stage, opened on the 26th of March 2026, with submission deadlines concluding on the 27th of April 2026 for tender submissions and the 20th of April 2026 for inquiries, with the award period ending on the 29th of May 2026. The initial contract period runs from the 1st of July 2026 to the 31st of December 2027, with an option for extension for up to 18 months, ensuring long-term engagement possibilities. This tender utilises an open procedure, encouraging wide participation from suppliers who can meet the requirements for this substantial procurement effort.

This tender presents an opportunity for companies specialising in the manufacturing or supply of electronic components to establish a significant partnership with the Education Authority of Northern Ireland and various educational bodies. With a framework agreement allowing multiple section awards and offering suppliers the ability to showcase compatibility with curriculum needs and pricing efficiency, businesses with experience in similar scales or who cater to the educational sector are well-suited to compete. Suppliers that can demonstrate technical experience and provide mandatory core items, along with competitive pricing, have a chance to gain a strong foothold in the educational sector in Northern Ireland, fostering business growth and stability. Small and medium-sized enterprises are explicitly encouraged to participate, making this an inclusive opportunity that aligns educational requirements with business capabilities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

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.

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

Contracting Authority (Buyer)

Main Buyer
THE EDUCATION AUTHORITY
Additional Buyers

THE EDUCATION AUTHORITY (NI)

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}