Tender

Financial Management Solution and School Fees Management Solution for Voluntary Grammar and Grant Maintained Integrated Schools

EDUCATION AUTHORITY

This public procurement record has 2 releases in its history.

TenderUpdate

13 Mar 2026 at 12:12

Tender

12 Feb 2026 at 16:10

Summary of the contracting process

The Education Authority in Belfast is currently in the tender stage of a procurement process for the provision of a Financial Management Solution and School Fees Management Solution targeted at Voluntary Grammar and Grant Maintained Integrated Schools. This process, classified under IT services and software development, aims to find an innovative solution provider who can fulfil the detailed functional and non-functional requirements. The procurement method is open, allowing broad competition across the industry. Key dates include an extended deadline for tender submissions on 18th March 2026, with an enquiry period ending on 9th March 2026 and the award decision due on 14th April 2026. The anticipated contract period will commence on 27th April 2026, running until 26th April 2031, with an option for renewal extending up to five additional years.

This opportunity is ideal for businesses specialising in IT consultancy, software development, or educational management systems with experience working in the educational sector. The procurement process prioritises quality criteria such as detailed functional requirements, delivery and support capabilities, and social value outcomes, making it well-suited for firms capable of demonstrating expertise through reference sites of similar scope and scale. Small and medium enterprises are encouraged, reflecting the emphasis on community engagement and social value delivery. Successful bidders will find potential for substantial contract value growth, capped at £4.9 million, and the opportunity to influence educational management across Northern Ireland, thus aiding business expansion into new territories.

Find more tenders on our Open Data Platform.
How relevant is this notice?

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-06532a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/022933-2026
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
13 Mar 20261 months ago
Submission Deadline
18 Mar 2026Expired
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

Contracting Authority (Buyer)

Main Buyer
EDUCATION AUTHORITY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

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-06532a-2026-03-13T12:12:26Z",
    "date": "2026-03-13T12:12:26Z",
    "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": "2026-03-18T13:00:00+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"
                                }
                            ]
                        },
                        {
                            "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"
                        },
                        {
                            "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"
            },
            {
                "id": "022933-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/022933-2026",
                "datePublished": "2026-03-13T12:12:26Z",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "022933-2026",
                "description": "Tender submission deadline has been extended to 1pm Wednesday 18th March 2026."
            }
        ]
    },
    "language": "en"
}