Notice Information
Notice Title
ETS-21-003 Commercial & Procurement Delivery Partner
Notice Description
Lot Information
Lot 1
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)).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05d36e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/068215-2025
- 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
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
- 24 Oct 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
- 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
- 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
Further Information
Notice URLs
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-05d36e-2025-10-24T13:41:23+01:00",
"date": "2025-10-24T13:41:23+01:00",
"ocid": "ocds-h6vhtk-05d36e",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-05d36e",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "ETS-21-003 Commercial & Procurement Delivery Partner",
"classification": {
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
},
"mainProcurementCategory": "services",
"lots": [
{
"id": "1",
"description": "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)).",
"contractPeriod": {
"durationInDays": 1440
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKN"
}
],
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "068215-2025-1-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-56827",
"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"
}
},
{
"id": "GB-FTS-56827",
"name": "KPMG LLP",
"identifier": {
"legalName": "KPMG LLP"
},
"address": {
"streetAddress": "15 Canada Square",
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "james.dearman@kpmg.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://kpmg.com/ie",
"scale": "large"
}
},
{
"id": "GB-FTS-2721",
"name": "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",
"identifier": {
"legalName": "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"
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-84187",
"name": "the Education Authority"
},
"contracts": [
{
"id": "068215-2025-1-1",
"awardID": "068215-2025-1-1",
"status": "active",
"value": {
"amount": 1500000,
"currency": "GBP"
},
"dateSigned": "2022-01-14T00:00:00Z",
"period": {
"durationInDays": 2160
},
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
},
"deliveryAddresses": [
{
"region": "UKN"
}
],
"relatedLot": "1"
}
],
"amendments": [
{
"id": "1",
"description": "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.",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: 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."
}
]
}
],
"language": "en"
}