Contract award notice

Information

Published

Date of dispatch of this notice: 12/05/2022

External Reference: 2022-232278

TED Reference: 2022/S 095-263241

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Agriculture, Food and the Marine
N/A
Agriculture House
Dublin 2
Kildare Street
IE
Contact person: Pat Maguire
Telephone: +353 16072266
NUTS code:  IE -  IRELAND
Internet address(es):
I.4)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Supply, installation and configuration of a Customer Relationship Management (CRM) solution that incorporates a centralised Customer Engagement Contact Centre (CECC) facility
Reference number:  RFT 139418
II.1.2)

Main CPV code

72212445  -  Customer Relation Management software development services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Supply, installation and configuration of a Customer Relationship Management (CRM) solution that incorporates a centralised Customer Engagement Contact Centre (CECC) facility.
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  1039537.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

30211300  -  Computer platforms
30211400  -  Computer configurations
48218000  -  License management software package
48900000  -  Miscellaneous software package and computer systems
72200000  -  Software programming and consultancy services
72212218  -  License management software development services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

DAFM now has a requirement for a CRM Solution to support the implementation of the CRM Strategy in evolving to a Customer Centric Model.
The system proposes to integrate DAFM’s current telephony systems thereby facilitating the creation of a unified system to interact with DAFM customers. This system will provide for an enhanced customer experience through the use of digitalisation of services, automated workflows, case resolution functionality and a call reporting facility.
The introduction of a common platform across DAFM helpdesk environments will provide a single integrated view of a customer, by interfacing with a range of existing DAFM systems. The CRM System will obtain intelligence based on customer interactions across all DAFM data feeds.
The Department has a strong commitment to providing an excellent customer service. DAFM’s external customer is primarily the Farmer and under the Charter of Rights for Farmers the Department is committed to develop and improve services to all customers. The introduction of a new and improved CRM will enhance service delivery to all external and internal customers and will mitigate reputational risks to the Department. In addition, the Department is committed to simplifying and increasing options available to all our stakeholders (internal and external customer) for interacting with the Department. The CRM portal will offer a fast and efficient facility to submit and manage calls for review, including quick and secure transfer of data and documents across internal divisions.
Introduction of the new CRM will enhance customer service, in the following ways:
• Enhanced integration of systems will reduce the duplication of calls
• One system, one message – assurance of a cohesive message being relayed to customers.
• Improved customer access to data in relation to scheme applications, herd data etc
• Improved monitoring of customer queries especially at peak application/payment times.
• Improved inter connectivity to other compatible divisions across DAFM. Re
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the Proposed software in terms of the Functional and Technical requirements of the RFT  /  Weighting:  100
Quality criterion  -  Name:  Quality of the Proposed Software Licence Model  /  Weighting:  50
Quality criterion  -  Name:  Infrastructure and Quality of the Proposed Implementation Plan  /  Weighting:  175
Quality criterion  -  Name:  Quality of the Proposed Support and Maintenance Services  /  Weighting:  75
Quality criterion  -  Name:  Quality of the Proposed Training  /  Weighting:  50
Cost criterion  -  Name:  Cost  /  Weighting:  550
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

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: 2018/S 174-394162
IV.2.9)

Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice

Section V: Award of contract

Contract No: 1

Title: Supply, installation and configuration of a Customer Relationship Management (CRM) solution that incorporates a centralised Customer Engagement Contact Centre (CECC) facility

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

Award of contract

V.2.1)

Date of conclusion of the contract

05/12/2018
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Codec-dss Limited - T/A Codec
IE4801297D
Hyde House
Dublin
Adelaide Road
IE
NUTS code:  IE -  IRELAND
Internet address: http://www.codec.ie

The contractor is an SME : no
V.2.4)

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

Initial estimated total value of the contract/lot:  1200000.00  EUR
Total value of the contract/lot:  1039537.00  EUR

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE