Award

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

THE EDUCATION AUTHORITY

This public procurement record has 1 release in its history.

Award

18 Mar 2025 at 15:23

Summary of the contracting process

The Education Authority in Northern Ireland has completed the procurement process for the "Education Network (NI)" project under the industry category of software implementation services. This contract, initially started on 1 April 2012, has been extended multiple times and is now being modified to extend until 31 March 2027, with additional extension options spanning up to two more years. The modification, necessitated by unforeseen circumstances, includes an increase of up to £175,000,000 in value. The procurement method employed was a limited, negotiated approach without publication of a contract notice, and the modification is in accordance with Regulations 72(1)(b) and 72(1)(c). The contract covers a range of services including IT consultancy, computer hardware, software, and the provision of online services for educational establishments in Northern Ireland.

This tender opens up significant opportunities for businesses in the IT services and software implementation sectors, particularly those with capabilities in managing large-scale, integrated IT systems tailored for educational institutions. Companies specialising in software development, IT consultancy, and hardware supply that can offer robust and adaptable solutions will find this procurement particularly advantageous. The ongoing and planned extensions ensure stable, long-term engagement, providing a substantial business growth avenue for the winning contractors, notably large-scale suppliers like Capita Managed IT Solutions who is already engaged in delivering these services.

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 purpose of this VEAT notice is to inform and give prior notice to the market that The Education Authority intends to modify this contract in accordance with Regulation 72 (1) (b) of the Public Contracts Regulations 2015 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 PS175,000,000. Regulation 72 (1) (c) also permits this modification due to unforeseen circumstances which a diligent authority could not have foreseen. The overall nature of the contract is not altered and the modification value does not exceed 50% of the original contract value.

Lot Information

Lot 1

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 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. The systems and services provided via the current contract have been uniquely configured to reflect the varying requirements of the Education Authority.

Options: 2 x 1 year additional optional extensions.

Procurement Information

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. The contract is currently extended until 31/03/25. The transition to a new managed service contract was expected to have completed by 31/03/25 but due to unforeseen circumstances the new contract awarded in December 2023 was terminated in November 2024 by mutual consent. Accordingly it is 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. The modification is permitted under Regulations 72(1)(b) and 72(1)(c). The modification is not a direct award under Regulation 32. Regulation 72(1)(b) permits a contract modification 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 is permitted under Regulation 72(1)(b) because the systems and services provided under the contract have been uniquely configured to reflect the EA's varying requirements. For technical reasons, it is not possible to quickly or easily transition the services provided under the contract to a new managed service contract with another contractor as they would need significant time to work with the EA to tailor their systems and services to meet the EA's specific requirements. It would also cause significant inconvenience and a duplication of costs to change contractor for an interim period whilst a new procurement is undertaken. It is expected to take at least 18-24 months to procure and transition to a suitable new contract. The additional 2 x 1 year extension options to be included in the modification are for contingency purposes, to allow time for any risk of material delays, transitioning the existing services and subsequent design and implementation phases of a new contract. Regulation 72(1)(b) is also met on the grounds that as the original contract value was PS350,000,000, the increase in value due to this modification does not exceed 50% of the original contract value. Regulation 72(1)(c) also permits this modification due to unforeseen circumstances which a diligent contracting authority could not have foreseen. Particularly, it could not have been foreseen that the new contract awarded in December 2023 would be terminated, thus delaying the transition to a new managed service contract. Also, the modification 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 value of the original contract.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04ee94
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009957-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Negotiated without publication of a contract notice
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
£175,000,000 £100M-£1B

Notice Dates

Publication Date
18 Mar 202511 months 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
THE EDUCATION AUTHORITY
Contact Name
Not specified
Contact Email
laura.magee@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
TLN 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-04ee94-2025-03-18T15:23:40Z",
    "date": "2025-03-18T15:23:40Z",
    "ocid": "ocds-h6vhtk-04ee94",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04ee94",
        "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 purpose of this VEAT notice is to inform and give prior notice to the market that The Education Authority intends to modify this contract in accordance with Regulation 72 (1) (b) of the Public Contracts Regulations 2015 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 PS175,000,000. Regulation 72 (1) (c) also permits this modification due to unforeseen circumstances which a diligent authority could not have foreseen. The overall nature of the contract is not altered and the modification value does not exceed 50% of the original contract value.",
        "lots": [
            {
                "id": "1",
                "description": "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 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. The systems and services provided via the current contract have been uniquely configured to reflect the varying requirements of the Education Authority.",
                "hasOptions": true,
                "options": {
                    "description": "2 x 1 year additional optional extensions."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated without publication of a contract notice",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_PROTECT_RIGHTS",
                "description": "The works, supplies or services can be provided only by a particular economic operator due to protection of exclusive rights, including intellectual property rights"
            },
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_EXTREME_URGENCY",
                "description": "Extreme urgency brought about by events unforeseeable for the contracting authority/entity and in accordance with the strict conditions stated in the directive"
            }
        ],
        "procurementMethodRationale": "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. The contract is currently extended until 31/03/25. The transition to a new managed service contract was expected to have completed by 31/03/25 but due to unforeseen circumstances the new contract awarded in December 2023 was terminated in November 2024 by mutual consent. Accordingly it is 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. The modification is permitted under Regulations 72(1)(b) and 72(1)(c). The modification is not a direct award under Regulation 32. Regulation 72(1)(b) permits a contract modification 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 is permitted under Regulation 72(1)(b) because the systems and services provided under the contract have been uniquely configured to reflect the EA's varying requirements. For technical reasons, it is not possible to quickly or easily transition the services provided under the contract to a new managed service contract with another contractor as they would need significant time to work with the EA to tailor their systems and services to meet the EA's specific requirements. It would also cause significant inconvenience and a duplication of costs to change contractor for an interim period whilst a new procurement is undertaken. It is expected to take at least 18-24 months to procure and transition to a suitable new contract. The additional 2 x 1 year extension options to be included in the modification are for contingency purposes, to allow time for any risk of material delays, transitioning the existing services and subsequent design and implementation phases of a new contract. Regulation 72(1)(b) is also met on the grounds that as the original contract value was PS350,000,000, the increase in value due to this modification does not exceed 50% of the original contract value. Regulation 72(1)(c) also permits this modification due to unforeseen circumstances which a diligent contracting authority could not have foreseen. Particularly, it could not have been foreseen that the new contract awarded in December 2023 would be terminated, thus delaying the transition to a new managed service contract. Also, the modification 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 value of the original contract."
    },
    "awards": [
        {
            "id": "009957-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-46575",
                    "name": "Capita Managed IT Solutions"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-84187",
            "name": "the Education Authority",
            "identifier": {
                "legalName": "the Education Authority"
            },
            "address": {
                "streetAddress": "40 Academy Street",
                "locality": "Belfast",
                "region": "UK",
                "postalCode": "BT1 2NQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "laura.magee@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": "UKN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "sales@capita-mits.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://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-84187",
        "name": "the Education Authority"
    },
    "contracts": [
        {
            "id": "009957-2025-1",
            "awardID": "009957-2025-1",
            "status": "active",
            "value": {
                "amount": 175000000,
                "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"
}