Award

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

EDUCATION AUTHORITY

This public procurement record has 1 release in its history.

Award

11 Mar 2022 at 08:34

Summary of the contracting process

The Education Authority in Northern Ireland is conducting a tender process titled "Education Network for Northern Ireland – 'Education Network (NI)'", focusing on software implementation services. The procurement stage is currently at the Award phase, with the contract value modified to GBP 513,000,000. This modification extends the contract for an additional two years until 31 March 2024, responding to the ongoing needs of educational institutions and addressing delays caused by Covid-19 lockdowns. The procurement method is limited, with the award procedure executed without prior publication of a call for competition.

This tender presents significant opportunities for businesses in the information technology and education sectors, particularly those offering consultancy and managed services for digital solutions. Companies specialising in software implementation, IT maintenance, and educational technology would be well-suited to compete. The ongoing nature of the contract suggests that potential suppliers can engage in delivering tailored services that align with the evolving requirements of the Education Authority, thus fostering long-term partnerships and business growth in the public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

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

Notice Description

The Education Authority is placing this transparency notice to alert economic operators of its plans to modify a contract in accordance with Regulation 72(1)(b) of the Public Contracts Regulation 2015 for an additional two (2) years until 31/03/2024. This modification increase in price does not exceed 50% of the value of the original contract (2012/S 053-085884). The contract was extended by two (2) years until 31/03/2019 in accordance with the original contract (06/03/2012) and a CCN (31/03/2017). The original contract was modified by three (3) years per VEAT (6/3/2019) and MN (09/04/2019). This modification will facilitate the continuation of the existing managed service arrangements, functionality changes to effectively meet schools' requirements, overcome delays due to Covid-19 lockdowns, facilitate procurement and permit transition to a new contract.

Lot Information

Lot 1

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. The anticipated modification increase equates to GBP 73 000 000. The original contract value was GBP 350 000 000. The date noted in Section VI.5) reflects the date this notice has been submitted to the OJEU. The Education Authority 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.

Procurement Information

The modification will facilitate the continuation of the existing managed service arrangements, functionality changes to effectively meet schools' requirements, overcome delays due to Covid-19 lockdowns, facilitate procurement and permit transition to a new contract. The anticipated modification increase equates to GBP 73 000 000. The overall new modified contract value is GBP 513 000 000. No aspect of the modification will alter the overall nature of the current contract as the scope of services will remain unaltered and any expenditure will not be permitted to exceed 50% of the value of the original contract agreement, this will be carefully monitored to ensure compliance. Regulation 72(1)(b) 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-032093
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/006649-2022
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72263000 - Software implementation services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£513,000,000 £100M-£1B

Notice Dates

Publication Date
11 Mar 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
28 Mar 201213 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
EDUCATION AUTHORITY
Contact Name
Not specified
Contact Email
michelle.carlisle@eani.org.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT1 2NQ
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN0 Northern Ireland

Local Authority
Belfast
Electoral Ward
Duncairn
Westminster Constituency
Belfast North

Supplier Information

Number of Suppliers
1
Supplier Name

CAPITA MANAGED IT SOLUTIONS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-032093-2022-03-11T08:34:02Z",
    "date": "2022-03-11T08:34:02Z",
    "ocid": "ocds-h6vhtk-032093",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-032093",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Education Network for Northern Ireland -- \"Education Network (NI)\"",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72263000",
            "description": "Software implementation services"
        },
        "mainProcurementCategory": "services",
        "description": "The Education Authority is placing this transparency notice to alert economic operators of its plans to modify a contract in accordance with Regulation 72(1)(b) of the Public Contracts Regulation 2015 for an additional two (2) years until 31/03/2024. This modification increase in price does not exceed 50% of the value of the original contract (2012/S 053-085884). The contract was extended by two (2) years until 31/03/2019 in accordance with the original contract (06/03/2012) and a CCN (31/03/2017). The original contract was modified by three (3) years per VEAT (6/3/2019) and MN (09/04/2019). This modification will facilitate the continuation of the existing managed service arrangements, functionality changes to effectively meet schools' requirements, overcome delays due to Covid-19 lockdowns, facilitate procurement and permit transition to a new contract.",
        "lots": [
            {
                "id": "1",
                "description": "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. The anticipated modification increase equates to GBP 73 000 000. The original contract value was GBP 350 000 000. The date noted in Section VI.5) reflects the date this notice has been submitted to the OJEU. The Education Authority 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.",
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "The modification will facilitate the continuation of the existing managed service arrangements, functionality changes to effectively meet schools' requirements, overcome delays due to Covid-19 lockdowns, facilitate procurement and permit transition to a new contract. The anticipated modification increase equates to GBP 73 000 000. The overall new modified contract value is GBP 513 000 000. No aspect of the modification will alter the overall nature of the current contract as the scope of services will remain unaltered and any expenditure will not be permitted to exceed 50% of the value of the original contract agreement, this will be carefully monitored to ensure compliance. Regulation 72(1)(b) 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."
    },
    "awards": [
        {
            "id": "006649-2022-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-46575",
                    "name": "Capita Managed IT Solutions"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-5389",
            "name": "Education Authority",
            "identifier": {
                "legalName": "Education Authority"
            },
            "address": {
                "streetAddress": "40 Academy Street",
                "locality": "Belfast",
                "region": "UK",
                "postalCode": "BT1 2NQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "michelle.carlisle@eani.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-46575",
            "name": "Capita Managed IT Solutions",
            "identifier": {
                "legalName": "Capita Managed IT Solutions"
            },
            "address": {
                "locality": "Newtownabbey",
                "region": "UKN06",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "sales@capita-mits.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.capita-mits.co.uk",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-45244",
            "name": "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",
            "identifier": {
                "legalName": "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"
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-5389",
        "name": "Education Authority"
    },
    "contracts": [
        {
            "id": "006649-2022-1",
            "awardID": "006649-2022-1",
            "status": "active",
            "value": {
                "amount": 513000000,
                "currency": "GBP"
            },
            "dateSigned": "2012-03-29T00:00:00+01:00"
        }
    ],
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:085884-2012:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}