Section one: Contracting authority/entity
one.1) Name and addresses
the Education Authority
40 Academy Street
Belfast
BT1 2NQ
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
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
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