Contract award notice

Information

Published

Date of dispatch of this notice: 08/08/2022

External Reference: 2022-205755

TED Reference: 2022/S 155-444147

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Central Bank of Ireland
N/A
PO Box 559
Dublin 1
New Wapping Street,
IE
Contact person: Ronan Gordon
Telephone: +353 12245136
NUTS code:  IE -  IRELAND
Internet address(es):
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Economic and financial affairs

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Crisis Simulation Exercises with Related Consultancy and Training Services for the Central Bank Of Ireland
Reference number:  2019P009
II.1.2)

Main CPV code

79430000  -  Crisis management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Central Bank is seeking to establish a Framework Agreement for crisis preparedness and management consultancy services including crisis simulation and Business Continuity Management (“BCM”) exercises. The Central Bank is also seeking training services to support the Central Bank’s ongoing financial crisis preparedness and management work and business continuity management work.
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  1040000.00  EUR
II.2)

Description

II.2.1)

Title

Financial crisis simulation exercises and consultancy services
Lot No:  1
II.2.2)

Additional CPV code(s)

79430000  -  Crisis management services
79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79411000  -  General management consultancy services
79411100  -  Business development consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The general scope of services under Lot 1 is for the delivery of a wide range of financial crisis simulation exercises and consultancy services including:
• development, execution, facilitation and evaluation of crisis simulation exercises involving financial system crises;
• development and enhancement of crisis preparedness and management arrangements as part of the development of, or recommendations from, financial crisis simulation exercises;
• facilitation and consultancy related services; and
• ancillary consultancy services in relation to crisis preparedness and management
Duration in months: 36
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality and Balance of Proposed Deployment of Resources  /  Weighting:  40%
Quality criterion  -  Name:  Proposed Methodology & Approach  /  Weighting:  35%
Price  -  Weighting:  25%
II.2.11)

Information about options

Options: yes
Description of options:
The Central Bank has the right, at its discretion, to extend the framework term for a further period or periods of up to 12 months on the same terms and conditions, subject to the Central Bank’s obligations at law — maximum duration of the framework term shall be four (4) years in aggregate.
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)

Description

II.2.1)

Title

Business continuity management (BCM) simulation exercises and consultancy services
Lot No:  2
II.2.2)

Additional CPV code(s)

79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79411000  -  General management consultancy services
79411100  -  Business development consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The general scope of services under Lot 2 is for the delivery of a wide range of BCM simulation exercises and consultancy services including:
• development, execution, facilitation and evaluation of crisis simulation exercises involving business continuity disruptions;
• development and enhancement of BCM arrangements as part of the development of, or recommendations from, BCM simulation exercises;
• facilitation and consultancy related services; and
• ancillary consultancy services in relation to crisis preparedness and management
Duration in months: 36
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality and Balance of Proposed Deployment of Resources  /  Weighting:  40%
Quality criterion  -  Name:  Proposed Methodology & Approach  /  Weighting:  35%
Price  -  Weighting:  25%
II.2.11)

Information about options

Options: yes
Description of options:
The Central Bank has the right, at its discretion, to extend the framework term for a further period or periods of up to 12 months on the same terms and conditions, subject to the Central Bank’s obligations at law — maximum duration of the framework term shall be four (4) years in aggregate.
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)

Description

II.2.1)

Title

3. Crisis Management and Business Continuity Management Training Services
Lot No:  3
II.2.2)

Additional CPV code(s)

80500000  -  Training services
80510000  -  Specialist training services
80531200  -  Technical training services
80532000  -  Management training services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The general scope of services under Lot 3 is for the delivery of a wide range of training services to include
• supporting capability development in the areas of crisis preparedness and management including crisis communications, crisis contingency planning and building crisis ready teams and infrastructure; and
• ancillary training services in relation to crisis preparedness, financial crisis management and business continuity crisis management
Duration in months: 36
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality and Balance of Proposed Deployment of Resources  /  Weighting:  40%
Quality criterion  -  Name:  Understanding of Requirements  /  Weighting:  35%
Price  -  Weighting:  25%
II.2.11)

Information about options

Options: yes
Description of options:
The Central Bank has the right, at its discretion, to extend the framework term for a further period or periods of up to 12 months on the same terms and conditions, subject to the Central Bank’s obligations at law — maximum duration of the framework term shall be four (4) years in aggregate.
II.2.13)

Information about European Union funds

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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 234-577932

Section V: Award of contract

Contract No: 1

Lot No: 1

Title: Lot 1

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

Award of contract

V.2.1)

Date of conclusion of the contract

01/07/2022
V.2.2)

Information about tenders

Number of tenders received:  7
Number of tenders received from SMEs:  3
Number of tenders received from tenderers from other EU Member States:  1
Number of tenders received from tenderers from non-EU Member States:  3
Number of tenders received by electronic means:  7
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Risk & Resilience Ltd
2 Woodstock Link
Belfast
BT68DD
UK
NUTS code:  UKN06 -  Belfast

The contractor is an SME : yes
V.2.4)

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

Initial estimated total value of the contract/lot:  600000.00  EUR
Total value of the contract/lot:  600000.00  EUR

Section V: Award of contract

Contract No: 2

Lot No: 2

Title: Lot 2

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

Award of contract

V.2.1)

Date of conclusion of the contract

01/07/2022
V.2.2)

Information about tenders

Number of tenders received:  8
Number of tenders received from SMEs:  2
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  4
Number of tenders received by electronic means:  8
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Risk & Resilience Ltd
2 Woodstock Link
Belfast
UK
NUTS code:  UKN06 -  Belfast

The contractor is an SME : yes
V.2.4)

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

Initial estimated total value of the contract/lot:  320000.00  EUR
Total value of the contract/lot:  320000.00  EUR

Section V: Award of contract

Contract No: 3

Lot No: 3

Title: Lot 3

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

Award of contract

V.2.1)

Date of conclusion of the contract

01/07/2022
V.2.2)

Information about tenders

Number of tenders received:  7
Number of tenders received from SMEs:  3
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  3
Number of tenders received by electronic means:  7
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Risk & Resilience Ltd
2 Woodstock Link
Belfast
UK
NUTS code:  UKN06 -  Belfast

The contractor is an SME : yes
V.2.4)

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

Initial estimated total value of the contract/lot:  120000.00  EUR
Total value of the contract/lot:  120000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

This Competition was run under Regulation 74 of the European Union (Award of Public Authority Contracts) Regulations 2016 (the “Regulations”), and accordingly is subject only to limited aspects of the Regulations.
The figures in Sections II.1.7 and V.2.4 of this notice represent the Central Bank’s best estimate of the anticipated total value of the services, but it is not possible to be definitive in this regard by virtue of the Central Bank’s variable demand for the relevant services. The figures represent an estimate only and do not amount to a guarantee that any purchases will be made pursuant to the framework agreement, and therefore the value may be significantly lower or higher than the estimate.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Dublin
7
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
In accordance with Regulation 7 of the European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (as amended).