Award

ETS-21-003 Commercial & Procurement Delivery Partner

THE EDUCATION AUTHORITY

This public procurement record has 1 release in its history.

AwardUpdate

24 Oct 2025 at 12:41

Summary of the contracting process

The procurement process is being led by the Education Authority based in Belfast, United Kingdom, with the title "ETS-21-003 Commercial & Procurement Delivery Partner." It falls under the services industry category, specifically focusing on procurement consultancy services. The procurement stage is at the contract award stage, with the contract being signed on 14th January 2022 and now extending until 12th December 2027. This tender involves the procurement of services through a call-off from the CCS Management Consultancy Framework 3 (RM6187 - Lot 6) and engages the Competitive Procedure with Negotiation within Workstream 1. The primary location for the delivery is in Northern Ireland (UKN region), making it a strategic initiative for supporting the ETS/EdIS Programme.

This tender provides significant business opportunities, particularly for businesses specialising in procurement consultancy services. With a substantial contract value of £1,500,000 and an extension that demands continuous service delivery, it provides an avenue for large-scale businesses, such as the awarded supplier KPMG LLP, to leverage their resources and technical expertise in supporting strategic procurement exercises. The nature of the competitive procedure adopted not only ensures a vibrant market engagement but also encourages participation from consultancies that can offer innovative approaches to procurement delivery. Businesses skilled in navigating the intricacies of long-term governmental contracts and delivering complex procurement strategies are especially well-suited to thrive in such engagements.

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

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)).

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

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-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"
}