Notice Information
Notice Title
Financial Management Solution and School Fees Management Solution for Voluntary Grammar and Grant Maintained Integrated Schools
Notice Description
Provision of a Financial Management Solution and School Fees Management Solution for Voluntary Grammar and Grant Maintained Integrated Schools.
Lot Information
Lot 1
Renewal: Option to extend for any period(s) up and including 5 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-06532a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/013105-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
72200000 - Software programming and consultancy services
Notice Value(s)
- Tender Value
- £3,920,000 £1M-£10M
- Lots Value
- £3,920,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Feb 20261 weeks ago
- Submission Deadline
- 16 Mar 20263 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 26 Apr 2026 - 26 Apr 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EDUCATION AUTHORITY
- Contact Name
- Not specified
- Contact Email
- ict.procure@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
- Not specified
-
- Local Authority
- Belfast
- Electoral Ward
- Duncairn
- Westminster Constituency
- Belfast North
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/013105-2026
12th February 2026 - Tender notice on Find a Tender
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-06532a-2026-02-12T16:10:39Z",
"date": "2026-02-12T16:10:39Z",
"ocid": "ocds-h6vhtk-06532a",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PPHJ-6982-JPXY",
"name": "Education Authority",
"identifier": {
"scheme": "GB-PPON",
"id": "PPHJ-6982-JPXY"
},
"address": {
"streetAddress": "40 Acadmey Street",
"locality": "Belfast",
"postalCode": "BT1 2NQ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"email": "ict.procure@eani.org.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
},
{
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Northern Irish devolved regulations apply"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PPHJ-6982-JPXY",
"name": "Education Authority"
},
"planning": {
"noEngagementNoticeRationale": "PME Notice Identifier is 2025/S 000-065027"
},
"tender": {
"id": "EDIS-25-002",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Financial Management Solution and School Fees Management Solution for Voluntary Grammar and Grant Maintained Integrated Schools",
"description": "Provision of a Financial Management Solution and School Fees Management Solution for Voluntary Grammar and Grant Maintained Integrated Schools.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "72200000",
"description": "Software programming and consultancy services"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 4900000,
"amount": 3920000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "https://etendersni.gov.uk/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-03-16T15:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2026-03-09T15:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-04-14T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 4900000,
"amount": 3920000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "AC1 2c Detailed Functional Requirements",
"description": "Functional Requirements as per Attachment 2c: The supplier must be able to facilitate a phased implementation of the solution based on user type: Supplier's must provide a detailed response of how they propose to deliver on each of EA's functional requirements and demonstrate how they meet the Specification of Requirements. Tenders should be completely self-contained. Any hyperlinked or external material incorporated by reference (for example, websites) will not be evaluated. The Supplier should only include responses to a requirement in the allocated area. If the Supplier wishes to cross-reference another part of their tender in a particular attachment, they should do so. The response must address as a minimum in the following order of priority: * Financial and Management Accounting * Budget Planning * User Experience * School Fees Management * Asset Management * Desirable functional and non-functional requirements",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "AC2 - 2d Delivery and Support of the Proposed Solution",
"description": "Delivery and Support of the Proposed Solution as per Attachment 2d: Suppliers must submit a detailed delivery methodology on how they would propose to implement and support a School Financial Management Solution. Tenders should be completely self-contained. Any hyperlinked or external material incorporated by reference (for example, websites) will not be evaluated. The Supplier should only include responses to a requirement in the allocated area. If the Supplier wishes to cross-reference another part of their tender in a particular attachment, they should do so. The response must address as a minimum: * Deployment Approach * Delivery Methodology * Implementation and Transition plan * Migration Plan * Integration Plan * Organisation and Staffing * Testing * Training * Support * Continuity Planning * Service Performance * Exit Strategy",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "AC3 - Social Value",
"description": "In accordance with the Procurement Policy Note (PPN) 01/21 (Scoring Social Value Policy), the successful supplier will be required to deliver measurable social value outcomes. As outlined in Annex 3 Social Value Requirements, the supplier must provide social value to a minimum value of 100 social value points for every PS1 million (and pro-rata) of the invoiced contract value, capped at an averaged invoiced value of PS3 million per annum. For the purposes of evaluation, suppliers should submit their responses based on a minimum indicative value of 490 social value points. Suppliers are required to complete and submit with their tender response Attachment 3 - Social Value Delivery Plan identifying which Social Value Initiatives they will deliver to fulfil the minimum indicative 490 social value points and answer the following question: How will you deliver the Social Value Initiatives within your completed Social Value Delivery Plan as outlined in Annex 3 Social Value Delivery. The supplier's methodology must address the following: a) Timescales for delivery of the social value requirements. b) The resources, both internal (and external if relevant), you will use to plan and deliver the social value requirements (this may include details of suppliers in your supply chain); c) The activities you will undertake to deliver the social value initiatives selected within your completed Social Value Delivery Plan, including how you will engage with stakeholders (e.g. the Authority, social value beneficiaries, organisations within the voluntary, community and social enterprise sector etc.) d) Confirmation that the planned activities are additional to activities your organisation already undertakes; and, e) How you will monitor and report on the delivery of the social value requirements and address any performance issues. f) Assurance that the Supplier will deliver the minimum mandatory requirements listed in the Social Value Points Matrix as part of the overall Social Value requirement set out in Annex 3 Social Delivery Requirements.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "AC4 - Cost",
"description": "The total cost that will be evaluated is the total cost at Total Cost on the 'FMS Total Pricing' tab Cell B61",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As per tender documents"
},
{
"type": "technical",
"description": "Capability and Expertise Suppliers must provide at least 2 reference sites of similar size, scope and scale where the proposed solution has been implemented within the last 5 years within the education sector. Where the reference site examples provided do not include implementation of key functional areas of the proposed solution, specifically financial management, budget planning, asset and school fees management, the supplier must identify such differences, and include and demonstrate the roadmap, design, scope, function and integration of these proposed functional areas within the proposed financial management solution. The examples must be similar in size, scope, functionality and complexity to EA's requirements outlined below and in Schedule 2. FMS Specification of Requirements. The examples must include and demonstrate the following: * Customer/Contracting Body * Number of Schools, School Types and Users * Project Title and Description * Description of School Financial Management Solution, design, and functionality, * Description of School Fees Management Solution, design, and functionality, * Description of implementation and integration arrangements * Start and end date of project * Structure of the Project Team - Role(s) and Responsibilities * Outcomes of the Project"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-27T00:00:00+01:00",
"endDate": "2031-04-26T23:59:59+01:00",
"maxExtentDate": "2036-04-26T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for any period(s) up and including 5 years."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "013105-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/013105-2026",
"datePublished": "2026-02-12T16:10:39Z",
"format": "text/html"
}
]
},
"language": "en"
}