Award

EDIS-23-002 Unified Customer Experience for EA Admissions, Transport, SEN and Free School Meals

  • the Education Authority

F15: Voluntary ex ante transparency notice

Notice identifier: 2025/S 000-005665

Procurement identifier (OCID): ocds-h6vhtk-04e37a

Published 18 February 2025, 3:58pm



Section one: Contracting authority/entity

one.1) Name and addresses

the Education Authority

40 Academy Street

Belfast

BT1 2NQ

Email

laura.magee@eani.org.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

EDIS-23-002 Unified Customer Experience for EA Admissions, Transport, SEN and Free School Meals

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Education Authority carried out a procurement to further develop the Unified Customer Experience for EA Admissions, Transport, SEN and Free School Meals for the period 4 September 2023 - 3 September 2025 with the option of a further 12 months extension).

This was a mini competition via CCS Framework Digital Outcomes 6 Lot 1.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,250,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Education Authority carried out a procurement to further develop the Unified Customer Experience for EA Admissions, Transport, SEN and Free School Meals for the period 4 September 2023 - 3 September 2025 (with the option of a further 12 months extension).

This was a mini competition via CCS Framework Digital Outcomes 6 Lot 1.

two.2.5) Award criteria

Quality criterion - Name: Technical Competence / Weighting: 50

Quality criterion - Name: Cultural Fit / Weighting: 10

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

Option of a further 12 month extension.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

This is not an award without without prior notice, the purpose of this VEAT notice is to make the market aware that EA intent to modify this contract as detailed below.

This opportunity was originally awarded as a call-off contract following a further competition under Crown Commercial Services Digital Outcomes 6 Framework Lot 1.

In October 2024 the contract value was increased by 50% of the original awarded contract value under published VEAT 2024/S 000-030912 and subsequent modification notice 2025/S 000-004627.

EA now intend to further modify the contract value to increase by £625,000 i.e. 50% of the original awarded contract value. The new total contract value will be £2,500,000.

No aspect of the modification will alter the overall nature of the current contract as the scope of services will remain unaltered and any expenditure will not be permitted to exceed 50% of the original awarded contract value.

For technical reasons a change in supplier is not possible at this stage. The services must continue to be technically compatible with what has already been developed by the Contractor under this contract and to contract with a different supplier at this stage would result in significant risk to current development timeframes as well as the substantial duplication of costs which would be incurred to procure replacement services.

Regulation 72(1)(b) permits an amendment to an existing contract: for additional works, services or supplies by the original contractor that have become necessary and were not included in the initial procurement, where a change of contractor

(i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement, or

(ii) would cause significant inconvenience or substantial duplication of costs for the contracting authority, provided that any increase in price does not exceed 50% of the value of the original contract.

The EA shall observe a period of no less than 10 days, beginning with the day after the date of publication, before modifying the contract as set out in this notice.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

8 August 2023

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Version 1 Solutions Ltd

Birmingham

Email

tendernotices@version1.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.version1.com

The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Lowest offer: £1,250,000 / Highest offer: £2,500,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures

Belfast

Country

United Kingdom