Award

ETS-21-003 Commercial & Procurement Delivery Partner

  • the Education Authority

F15: Voluntary ex ante transparency notice

Notice identifier: 2025/S 000-060398

Procurement identifier (OCID): ocds-h6vhtk-05a3c7

Published 29 September 2025, 10:48am



Section one: Contracting authority/entity

one.1) Name and addresses

the Education Authority

40 Academy Street

Belfast

BT1 2NQ

Email

edis.procurement@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

ETS-21-003 Commercial & Procurement Delivery Partner

two.1.2) Main CPV code

  • 79418000 - Procurement consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

This is a call-off from CCS Management Consultancy 3 Framework (RM6187 - Lot 6 - Procurement & Supply Chain).

EA procured the services of an external Commercial & Procurement Delivery Partner, to support and assist the current ETS/EdIS Programme team in leading at least one procurement exercise via the Competitive Procedure with Negotiation (CPN) within Workstream 1 (for the delivery of the Strategic Partner which may also include the requirements for the Schools Management System (SMS)).

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: £1,500,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

This is a call-off from CCS Management Consultancy 3 Framework (RM6187 - Lot 6 - Procurement & Supply Chain).

EA procured the services of an external Commercial & Procurement Delivery Partner, to support and assist the current ETS/EdIS Programme team in leading at least one procurement exercise via the Competitive Procedure with Negotiation (CPN) within Workstream 1 (for the delivery of the Strategic Partner which may also include the requirements for the Schools Management System (SMS)).

two.2.5) Award criteria

Cost criterion - Name: Proposed Team Experience / Weighting: 25

Cost criterion - Name: Proposed Methodology / Weighting: 25

Cost criterion - Name: Contract Management / Weighting: 10

Cost criterion - Name: Price / Weighting: 40

two.2.11) Information about options

Options: No

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 of a new contract, the purpose of this VEAT is to notify the market that we intend to modify this existing contract. This opportunity was originally awarded as a call-off contract following a further competition under Crown Commercial Services Management Consultancy Framework 3 RM6187 Lot 6 Education.

EA now intend to modify this contract to extend for a further 2 years until 12 December 2027.

No aspect of the modification will alter the overall nature of the current contract as the scope of services will remain unaltered and no increase to the original awarded contract value is required.

For technical reasons a change in supplier is not possible at this stage. The provider has been contracted to support and assist the ETS/EdIS Programme to complete a procurement exercise for a Strategic Partner and has built up critical knowledge and understanding which will be required to proceed with the new procurement exercise now required following the unforeseen termination of the previously awarded Strategic Partner contract. To contract with a different supplier at this stage would significantly impact timelines for delivery of the new procurement and duplication of costs for the contracting authority.

This modification meets the requirements of Regulation 72(1)(b) which 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.

This modification also meets the requirements of Regulation 72(1)(c) which states:

(c) where all of the following conditions are fulfilled:—

(i)the need for modification has been brought about by circumstances which a diligent contracting authority could not have foreseen;

(ii)the modification does not alter the overall nature of the contract;

(iii)any increase in price does not exceed 50% of the value of the original contract or framework agreement.

The termination of the new Strategic Partner contract and subsequent requirement for a new procurement exercise could not have been foreseen, the overall nature of the contract is not altered and there is no increase in value.

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

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-490415


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

14 January 2022

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

KPMG LLP

15 Canada Square

London

E14 5GL

Email

james.dearman@kpmg.co.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://kpmg.com/ie

The contractor/concessionaire is an SME

No

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

Total value of the contract/lot/concession: £1,500,000


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