Contract award notice

Information

Published

Date of dispatch of this notice: 06/10/2022

External Reference: 2022-208947

TED Reference: 2022/S 196-557119

Contract award notice

[NoticeContractAward]

[NoticeContractAwardSub]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
Dublin
D02WT20
IE
[Contactpoint]: Paul Curran
[AddressPhone]: +353 18798300
[AddressFax]: +353 18798333
[Nutscode]:  IE061 -  Dublin
[Internets]:
I.4)

[CaType]

[MaintypeNatagency]
I.5)

[Mainactivity]

[OtherActivity]:  Transport

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Provision of an Enterprise Risk Management System
II.1.2)

[CpvMain]

72212440  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The Authority is seeking to appoint a service provider to provide a Software-as-a-Service (“SaaS”) based Enterprise Risk Management System (ERMS) to support the Authority Risk Function to meet its strategic objectives, which include: • embedding a robust risk framework to ensure risks associated with the wider Authority • strategy are understood and actively managed; • delivering high-value, insightful and relevant risk reporting to stakeholders; and • enhancing knowledge of risk management best practice across the Authority by engaging with, educating and supporting the businesses to provide clarity and understanding of risk management.
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.1.7)

[ValueTotal]

[ValueExclVat]:  260000.00  EUR
II.2)

[Description]

II.2.2)

[CpvAdditional]

48000000  - 
48100000  - 
48170000  - 
48422000  - 
48440000  - 
48442000  - 
48517000  - 
72000000  - 
72200000  - 
72212440  - 
72212441  - 
72212442  - 
72212443  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE061 -  Dublin
II.2.4)

[DescrProcurement]

The Authority is seeking to appoint a service provider to provide a Software-as-a-Service (“SaaS”) based Enterprise Risk Management System (ERMS) to support the Authority Risk Function to meet its strategic objectives, which include: • embedding a robust risk framework to ensure risks associated with the wider Authority • strategy are understood and actively managed; • delivering high-value, insightful and relevant risk reporting to stakeholders; and • enhancing knowledge of risk management best practice across the Authority by engaging with, educating and supporting the businesses to provide clarity and understanding of risk management.
II.2.5)

[AwardCriteria]

[AwardCriteriaBelow]
[AwardCriterionQuality]  -  [AwardCriterionName]:  Proposed System  /  [Weighting]:  50
[AwardCriterionQuality]  -  [AwardCriterionName]:  Implementation Services  /  [Weighting]:  10
[Price]  -  [Weighting]:  40
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.1)

[PubPrevious]

[NumberOj]: 2022/S 055-143278

[Section5]: [AwardOfContract]

[ContractNumber]: 1

[TitleContract]: Provision of an Enterprise Risk Management System

[AwardConfirm]: [Yes]
V.2)

[AwardOfContract]

V.2.1)

[DateAward]

05/10/2022
V.2.2)

[AwardOffersInfo]

[OffersReceived]:  17
[OffersReceivedElectronic]:  17
[AwardedGroup] :  [No]
V.2.3)

[AwardedToName]

CAM Management Solutions Limited
06 360 806
Suite 4.3,Parsonage Chambers, 3 The Parsonage, Manchester,
Manchester
M3 2HW
UK
[AddressEmail]: tendersuk@cammsgroup.com
[Nutscode]:  UKD3 -  Greater Manchester

[AwardedSme] : [Yes]
V.2.4)

[ValueContractInfo] ([ExclVat])

[ValueEstimTotalContract]:  260000.00  EUR
[ValueTotalFinal]:  260000.00  EUR

[Section6]: [InfoComplement]

VI.3)

[InfoAdditional]

The NTA will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to any of the contract award procedures irrespective of the outcome the competition, or if the competition is postponed or cancelled.
Any contract award will be subject to a number of preconditions, including production of a current tax clearance certificate or tax clearance statement from the Revenue Commissioners in Ireland. The contracting authority may terminate this competition (or any part thereof), or change the basis of, and the procedures for, the bidding process, at any time, or procure the services by alternative means if it appears that the services can thereby be more advantageously procured. The most economically advantageous or any tender will not automatically be accepted.
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin
D7
IE
[AddressPhone]: +353 18886000
[AddressFax]: +353 18886125

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
As set out in S.I. No. 130/2010 European Communities (Award of Public Sector Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).