Contract award notice

Information

Published

Date of dispatch of this notice: 26/08/2021

External Reference: 2021-240288

TED Reference: 2021/S 168-439557

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Treasury Management Agency (NTMA)
Treasury Dock, North Wall Quay
Dublin 1
D01 A9T8
IE
Contact person: Procurement Unit
Telephone: +353 12384000
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: http://www.ntma.ie

I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Funding and Debt Management

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Contract Award - Provision of an Enterprise Risk Management System to the National Treasury Management Agency (NTMA)
Reference number:  2020PR045
II.1.2)

Main CPV code

48000000  -  Software package and information systems
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The National Treasury Management Agency (NTMA) sought tenders for the provision of an Enterprise Risk Management System. Please see the RFT attached to this notice for further information.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  457970.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

48781000  -  System management software package
72260000  -  Software-related services
72261000  -  Software support services
72263000  -  Software implementation services
72265000  -  Software configuration services
72267000  -  Software maintenance and repair services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin 1, D01 A9T8
II.2.4)

Description of the procurement

The National Treasury Management Agency (NTMA) sought tenders for the provision of an Enterprise Risk Management System. Please see the RFT attached to this notice for further information.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Proposed Solution  /  Weighting:  400
Quality criterion  -  Name:  Implementation Services  /  Weighting:  150
Quality criterion  -  Name:  Support and Maintenance Services  /  Weighting:  75
Quality criterion  -  Name:  Proposed Team  /  Weighting:  50
Cost criterion  -  Name:  Evaluation Cost  /  Weighting:  325
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Please see Request for Tenders attached to this notice for further information.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 190-458279

Section V: Award of contract

Contract No: 1

Title: Request for Tenders (RFT) for the provision of an Enterprise Risk Management System to the National Treasury Management Agency (NTMA)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

26/07/2021
V.2.2)

Information about tenders

Number of tenders received:  12
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Risklogix Solutions Limited
Eagle House, 167 City Road
London
EC1V 1AW
UK
NUTS code:  UKI -  LONDON

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  457970.00  EUR

Section VI: Complementary information

VI.3)

Additional information

The amounts indicated in Section II.1.7) and Section V.2.4) in respect of the total value of the contract are approximate, calculated by reference to:
(i) a maximum contract duration of 7 years following the completion of the system installation; and
(ii) an estimated number of users, usage and draw down services as set out in the RFT, on which the tendered costs were based.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay
Dublin 7
D7
IE