Contract

ETS-21-003 Commercial & Procurement Delivery Partner

  • the Education Authority

F20: Modification notice

Notice identifier: 2025/S 000-068215

Procurement identifier (OCID): ocds-h6vhtk-05d36e

Published 24 October 2025, 1:41pm



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


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.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:

This is a call-off contract 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.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

48

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: 2021/S 000-490415


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:

14 January 2022

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

KPMG LLP

15 Canada Square

London

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 the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £1,500,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The UK does not have any special 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 PCR 2015

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

  • 79418000 - Procurement consultancy services

seven.1.3) Place of performance

NUTS code
  • UKN - Northern Ireland

seven.1.4) Description of the procurement:

This was 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)).

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

Duration in months

72

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

Total value of the contract/lot/concession:

£1,500,000

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

KPMG LLP

15 Canada Square

London

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

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):

This contract was a call-off contract awarded following a secondary competition under

CCS Management Consultancy Framework 3 RM6187 Lot 6 Education.

This is the first modification to this contract.

The contract has been modified as per VEAT notice 2025/S 000-060398 to extend the period of the contract for a further 2 years until 12 December 2027.

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

The modification is in accordance with Regulation 72(1)(b) and meets all of the following conditions:

(b) 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 valueof 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.

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:

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.

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.

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: £1,500,000

Total contract value after the modifications

Value excluding VAT: £1,500,000