Notice Information
Notice Title
Education Network for Northern Ireland - "Education Network (NI)"
Notice Description
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04fbbd
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/012429-2025
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- 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
- £721,000,000 £100M-£1B
Notice Dates
- Publication Date
- 2 Apr 202510 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
- Not Specified
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-04fbbd-2025-04-02T10:27:31+01:00",
"date": "2025-04-02T10:27:31+01:00",
"ocid": "ocds-h6vhtk-04fbbd",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04fbbd",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Education Network for Northern Ireland - \"Education Network (NI)\"",
"classification": {
"scheme": "CPV",
"id": "72263000",
"description": "Software implementation services"
},
"mainProcurementCategory": "services",
"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.",
"contractPeriod": {
"durationInDays": 2520
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKN"
}
],
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "012429-2025-1-1",
"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"
}
},
{
"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": "012429-2025-1-1",
"awardID": "012429-2025-1-1",
"status": "active",
"value": {
"amount": 721000000,
"currency": "GBP"
},
"dateSigned": "2012-03-29T00:00:00+01:00",
"period": {
"durationInDays": 720
},
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "72263000",
"description": "Software implementation services"
},
"deliveryAddresses": [
{
"region": "UKN"
}
],
"relatedLot": "1"
}
],
"amendments": [
{
"id": "2",
"description": "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. As per VEAT 2025/S 000-009957 the Contract has now been further modified 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. This modification is permitted under Regulations 72(1)(b) and 72(1)(c) of the Public Contract Regulations 2015 for the reasons outlined below and as it 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 original awarded Contract value. The transition to a new managed service Contract was expected to have completed by 31/03/2025 but due to unforeseen circumstances the new Contract awarded in December 2023 was terminated in November 2024 by mutual consent. Accordingly it was 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.",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: The systems and services provided under the Contract have been uniquely configured for EA's varying requirements. For technical reasons, it is not possible to quickly or easily transition to a new Contract with another Contractor as they would need significant time tailor their systems and services for EA, also causing significant inconvenience and duplication of costs to change Contractor for an interim period. It is expected to take at least 18-24 months to procure and transition to a suitable new Contract. Additional 2x1 year extension options included are for contingency, risk of material delays, transitioning existing services and subsequent design and implementation phases of a new Contract. Regulation 72(1)(c) also permits this modification due to unforeseen circumstances which a diligent Contracting Authority could not have foreseen. It could not have been foreseen that the new Contract awarded in December 2023 would be terminated, delaying the transition to a new Contract."
}
]
}
],
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:085884-2012:TEXT:EN:HTML"
}
],
"language": "en"
}