Award

ETS-21-003 Commercial & Procurement Delivery Partner

THE EDUCATION AUTHORITY

This public procurement record has 1 release in its history.

Award

29 Sep 2025 at 09:48

Summary of the contracting process

The UK Education Authority has engaged KPMG LLP as the Commercial & Procurement Delivery Partner for their ETS/EdIS Programme. This procurement falls under the category of procurement consultancy services and follows a limited procurement method. Involving Negotiation Competitive Procedure, the contract is structured as a call-off from the CCS Management Consultancy 3 Framework for Procurement & Supply Chain. Located in the UK, the process is at the contract award stage and was completed having started with the contract being signed on 14th January 2022. Although initially planned until 2025, the contract will be modified to extend until 12th December 2027 without altering the scope or increasing the contract value. This extension was permitted due to technical reasons and unforeseen circumstances, ensuring service continuity.

This tender represents an opportunity for large consultancy firms that specialise in procurement consultancy and have the capability to manage complex procurement exercises, particularly within the educational sector. Businesses with proven experience in working with public educational institutions and adept at navigating competitive procedures with negotiation are well-suited to compete in such opportunities. The association with a prestigious body such as the Education Authority and the chance to work on strategic projects can be a boon for firms aiming to broaden their influence and portfolio in public sector engagements. The extension of the contract until 2027 offers prolonged engagement and potential additional work, which can foster sustained growth for the partnering consultancy firm.

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

ETS-21-003 Commercial & Procurement Delivery Partner

Notice 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)).

Lot Information

Lot 1

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)).

Procurement Information

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05a3c7
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/060398-2025
Current Stage
Award
All Stages
Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79418000 - Procurement consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1,500,000 £1M-£10M

Notice Dates

Publication Date
29 Sep 20254 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
14 Jan 20224 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
edis.procurement@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

KPMG

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-05a3c7-2025-09-29T10:48:36+01:00",
    "date": "2025-09-29T10:48:36+01:00",
    "ocid": "ocds-h6vhtk-05a3c7",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-05a3c7",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "ETS-21-003 Commercial & Procurement Delivery Partner",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79418000",
            "description": "Procurement consultancy services"
        },
        "mainProcurementCategory": "services",
        "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)).",
        "lots": [
            {
                "id": "1",
                "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)).",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Proposed Team Experience",
                            "type": "cost",
                            "description": "25"
                        },
                        {
                            "name": "Proposed Methodology",
                            "type": "cost",
                            "description": "25"
                        },
                        {
                            "name": "Contract Management",
                            "type": "cost",
                            "description": "10"
                        },
                        {
                            "name": "Price",
                            "type": "cost",
                            "description": "40"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "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": "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."
    },
    "awards": [
        {
            "id": "060398-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-50957",
                    "name": "KPMG LLP"
                }
            ]
        }
    ],
    "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": "edis.procurement@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-50957",
            "name": "KPMG LLP",
            "identifier": {
                "legalName": "KPMG LLP"
            },
            "address": {
                "streetAddress": "15 Canada Square",
                "locality": "London",
                "region": "UK",
                "postalCode": "E14 5GL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "james.dearman@kpmg.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://kpmg.com/ie",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-3185",
            "name": "The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures",
            "identifier": {
                "legalName": "The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures"
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-84187",
        "name": "the Education Authority"
    },
    "contracts": [
        {
            "id": "060398-2025-1",
            "awardID": "060398-2025-1",
            "status": "active",
            "value": {
                "amount": 1500000,
                "currency": "GBP"
            },
            "dateSigned": "2022-01-14T00:00:00Z"
        }
    ],
    "language": "en"
}