Contract

Education Network for Northern Ireland - "Education Network (NI)"

  • the Education Authority

F20: Modification notice

Notice identifier: 2025/S 000-012429

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

Published 2 April 2025, 10:27am



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


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Education Network for Northern Ireland - "Education Network (NI)"

two.1.2) Main CPV code

  • 72263000 - Software implementation services

two.1.3) Type of contract

Services

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement at the time of conclusion of the contract:

The Contracting Authority requires ICT services to replace its existing contracts for managed Local Area Network services for post primary and special schools in Northern Ireland (known as “Lot 3”) and managed Wide Area Network Services for all Northern Ireland schools (known as “Lot 5”), together with the re-procurement of the Management Information System for all schools in Northern Ireland.

The services required pursuant to this procurement process are to take forward the service vision, by ensuring the continuity of existing services, covered in broad terms by the existing contracts, while transforming these services over the lifetime of the new contract term. The overall scope of the services can be summarised as follows:

— a fully integrated end to end service to meet the management/administration and learning/teaching needs of educational establishments,

— ICT infrastructure and associated services for post primary and special educational establishments,

— connectivity to, and provision of a range of online services for all educational establishments. Prospective service providers should note that the intention is not simply to replace the outgoing services on a like for like basis and that the concepts of local area (or school-based) and wide area services, as previously understood and applied should not constrain the bidders thinking and proposals regarding the overall architecture in light of technology developments. The Contracting Authority will request proposals during the detailed dialogue stage for the transformation of the learning platform and management administration elements of the services but reserves the right to make a decision at that stage on the inclusion or otherwise of the transformation of these elements within the scope of the awarded contract.

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

Duration in months

84

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.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2012/S 053-085884


Section five. Award of contract/concession

Contract No

1

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

29 March 2012

five.2.2) Information about tenders

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

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

Capita Managed IT Solutions

Newtownabbey

Email

sales@capita-mits.co.uk

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
Internet address

https://www.capita-mits.co.uk

The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £350,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The UK does not have a review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulation

Belfast

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 72263000 - Software implementation services

seven.1.3) Place of performance

NUTS code
  • UKN - Northern Ireland

seven.1.4) Description of the procurement:

This modification will enable the continuation of the existing single contractor managed service arrangement which includes the supply of a broad range of computer and related services (including, without limitation, on-going management, operation and maintenance services), information technology consultancy services and the supply of computer hardware, software and associated products. The systems and services provided via the current contract have been uniquely configured to reflect the varying requirements of the Education Authority.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

24

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£175,000,000

seven.1.7) Name and address of the contractor/concessionaire

Capita Managed IT Solutions

Newtownabbey

Email

sales@capita-mits.co.uk

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
Internet address

https://capita-mits.co.uk

The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

The Contract commenced on 01/04/2012 for 5 years until 31/03/2017 and has been modified on several occasions as per the following VEATs - 2019/S 046-106361, 2022/S 000-006649 and 2024/S 000-006005.

As per VEAT 2025/S 000-009957 the Contract has now been further modified to (i) extend the contract for an additional 2 years until 31/03/2027 with a further 2 x 1 year additional extension options, and (ii) increase the value by up to £175,000,000.

This modification is permitted under Regulations 72(1)(b) and 72(1)(c) of the Public Contract Regulations

2015 for the reasons outlined below and as it will not alter the overall nature of the Contract as the scope of services will remain unaltered and any expenditure will not exceed 50% of the original awarded Contract value.

The transition to a new managed service Contract was expected to have completed by 31/03/2025 but due to unforeseen circumstances the new Contract awarded in December 2023 was terminated in November 2024 by mutual consent. Accordingly it was necessary to extend the Contract and increase the Contract value to ensure the continuation of existing managed service arrangements and functionality changes to meet schools' requirements whilst permitting time to transition to a new managed service Contract.

seven.2.2) Reasons for modification

Need for additional works, services or supplies by the original contractor/concessionaire.

Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:

The systems and services provided under the Contract have been uniquely configured for EA's varying requirements. For technical reasons, it is not possible to quickly or easily transition to a new Contract with another Contractor as they would need significant time tailor their systems and services for EA, also causing significant inconvenience and duplication of costs to change Contractor for an interim period. It is expected to take at least 18-24 months to procure and transition to a suitable new Contract. Additional 2x1 year extension options included are for contingency, risk of material delays, transitioning existing services and subsequent design and implementation phases of a new Contract.

Regulation 72(1)(c) also permits this modification due to unforeseen circumstances which a diligent Contracting Authority could not have foreseen. It could not have been foreseen that the new Contract awarded in December 2023 would be terminated, delaying the transition to a new Contract.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £546,000,000

Total contract value after the modifications

Value excluding VAT: £721,000,000