Opportunity

EdIS-22-001 Strategic Partner Services and School Management System (SMS) Solution

  • Education Authority

F02: Contract notice

Notice reference: 2022/S 000-011917

Published 6 May 2022, 5:48pm



Section one: Contracting authority

one.1) Name and addresses

Education Authority

40 Academy Street

Belfast

BT1 2NQ

Email

michelle.carlisle@eani.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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-22-001 Strategic Partner Services and School Management System (SMS) Solution

Reference number

EdIS-22-001 / Resource ID 4161848

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

The Education Authority (EA) has a requirement to procure a Strategic Partner, to provide services including a School Management System (SMS) for Nursery, Primary, Post Primary, Special schools and EOTAS centers. The Strategic Partner will be required to deploy, support and manage a modern architecture, technical infrastructure and secure services for schools. These services will improve the learning experience of our young people, supporting teaching through technology, develop skills for the future and support the EA and its educational stakeholders to improve educational outcomes. The education service will deliver high levels of reliability, stability and performance and reduces the burden and risk on the Education Authority and school staff with regard to the security, technical setup, configuration, maintenance and support of any element of the future service. The EA is seeking a fully integrated and interoperable solution which will provide anywhere anytime access to, and associated support for, the EdIS services accessible by school staff, pupils, parents and authorised stakeholders. The School Management System will be a key component of the overall solution to be delivered by the Strategic Partner, providing a centralised master record for school users which will enable the sharing of accurate up-to-date student data for educational purposes and for access to technology services delivered through the EdIS programme. Under this procurement the successful Supplier will be required to support EA's social value objectives. Accordingly, contract performance conditions and award criteria will relate, in particular, to social value. The estimated total value set out in Section II.1.5 represents EA’s estimate of the total potential value of the contract over its full duration, including (without limitation): the transition of services from the existing supplier; EA’s option (subject to necessary approvals and at its discretion) to extend the term for a period of 2 years; and certain optional additional services which EA may request the successful supplier to provide under the contract (as set out in further detail in the procurement documents).

two.1.5) Estimated total value

Value excluding VAT: £485,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48200000 - Networking, Internet and intranet software package
  • 48600000 - Database and operating software package
  • 72200000 - Software programming and consultancy services
  • 72300000 - Data services
  • 48190000 - Educational software package
  • 72500000 - Computer-related services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Education Authority (EA) has a requirement to procure a Strategic Partner, to provide services including a School Management System (SMS) for Nursery, Primary, Post Primary, Special schools and EOTAS centers. The Strategic Partner will be required to deploy, support and manage a modern architecture, technical infrastructure and secure services for schools. These services will improve the learning experience of our young people, supporting teaching through technology, develop skills for the future and support the EA and its educational stakeholders to improve educational outcomes. The education service will deliver high levels of reliability, stability and performance and reduces the burden and risk on the Education Authority and school staff with regard to the security, technical setup, configuration, maintenance and support of any element of the future service. The EA is seeking a fully integrated and interoperable solution which will provide anywhere anytime access to, and associated support for, the EdIS services accessible by school staff, pupils, parents and authorised stakeholders. The School Management System will be a key component of the overall solution to be delivered by the Strategic Partner, providing a centralised master record for school users which will enable the sharing of accurate up-to-date student data for educational purposes and for access to technology services delivered through the EdIS programme. Under this procurement the successful Supplier will be required to support EA's social value objectives. Accordingly, contract performance conditions and award criteria will relate, in particular, to social value. The estimated total value set out in Section II.1.5 represents EA’s estimate of the total potential value of the contract over its full duration, including (without limitation): the transition of services from the existing supplier; EA’s option (subject to necessary approvals and at its discretion) to extend the term for a period of 2 years; and certain optional additional services which EA may request the successful supplier to provide under the contract (as set out in further detail in the procurement documents).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £485,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

144

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

To allow for a sufficient period for the implementation and operation of services across Nursery, Primary, Post Primary, Special schools and EOTAS centers in Northern Ireland and for the successful supplier to secure an appropriate return on its investment, in addition to the period required to successfully complete the transition of services from the existing supplier to the new supplier, the contract for Strategic Partner Services and School Management System Solution (Contract) will be for an initial period of ten (10) years commencing on the Transition Completion Date (as defined in the Contract) but with EA having an option (subject to necessary approvals and at its discretion) to extend the term for another 2 years.

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-006191

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 June 2022

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

EA reserves the right to award the contract following submission of initial tender responses and the right to down-select tenderers following submission of initial tenders, any refined tenders requested by EA and/or after each round of negotiations. For the avoidance of doubt, final tenders will not be subject to any negotiation with EA (however, they may be subject to clarification, if required at EA’s absolute discretion). Under no circumstances will EA or its advisors be liable for any costs or expenses incurred by economic operators, their funders and/or their respective advisors arising directly or indirectly from the procurement process, their participation in or termination thereof, including, without limitation, preparation and submission of responses, as a result of any changes or adjustments made to the procurement documents or the exclusion/disqualification of an economic operator. Only the express terms of the contractual documents, if and when executed shall have any contractual effect in connection with the matters to which this procurement process relates. Neither the issue of the procurement documents, nor any of the information presented in them, should be regarded as a commitment or representation on the part of EA (or any other person) to enter into a contractual arrangement. Nothing in the procurement documents should be interpreted as a commitment by EA to award a contract to an economic operator as a result of this. procurement process, nor to accept the lowest price or any tender. No legally binding contract shall arise (and a tenderer shall have no legitimate expectation that a contract will be entered into) until such time as entry into the contract has been confirmed by EA. As such, EA reserves the right at any time to cancel, withdraw or amend the procurement process at any stage.

six.4) Procedures for review

six.4.1) Review body

High Court of Justice in Northern Ireland

Belfast

BT1 3JY

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

EA will incorporate a minimum 10 calendar day standstill period at the point information on the award of contract is communicated to all tenderers. The standstill period provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern.. Ireland)..