Provision of an Enterprise Risk Management System

National Transport Authority

The Authority is seeking to appoint a service provider to provide a Software-as-a-Service (โ€œSaaSโ€) based Enterprise Risk Management System (ERMS) to support the Authority Risk Function to meet its strategic objectives, which include: โ€ข embedding a robust risk framework to ensure risks associated with the wider Authority โ€ข strategy are understood and actively managed; โ€ข delivering high-value, insightful and relevant risk reporting to stakeholders; and โ€ข 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.

Deadline
The time limit for receipt of tenders was 2022-04-21. The procurement was published on 2022-03-15.

Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Who?

What?

Where?

Procurement history
Date Document
2022-03-15 Contract notice
2022-04-21 Additional information
2022-10-06 Contract award notice
Contract notice (2022-03-15)
Contracting authority
Name and addresses
Name: National Transport Authority
National registration number: N/a
Postal address: Dun Sceine, Iveagh Court, Harcourt Lane
Postal town: Dublin
Postal code: D02WT20
Country: Ireland ๐Ÿ‡ฎ๐Ÿ‡ช
Contact person: Paul Curran
Phone: +353 18798300 ๐Ÿ“ž
E-mail: procurement@nationaltransport.ie ๐Ÿ“ง
Fax: +353 18798333 ๐Ÿ“ 
Region: Dublin ๐Ÿ™๏ธ
URL: www.nationaltransport.ie ๐ŸŒ
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/1149 ๐ŸŒ
Communication
Documents URL: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=209749&B=ETENDERS_SIMPLE ๐ŸŒ
Participation URL: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=209749&B=ETENDERS_SIMPLE ๐ŸŒ

Object
Scope of the procurement
Title: Provision of an Enterprise Risk Management System
Products/services: Financial analysis and accounting software development services ๐Ÿ“ฆ
Short description:
โ€œThe Authority is seeking to appoint a service provider to provide a Software-as-a-Service (โ€œSaaSโ€) based Enterprise Risk Management System (ERMS) to support...โ€    Show more
Estimated value excluding VAT: EUR 510 000 ๐Ÿ’ฐ

1๏ธโƒฃ
Additional products/services: Software package and information systems ๐Ÿ“ฆ
Additional products/services: Industry specific software package ๐Ÿ“ฆ
Additional products/services: Compliance software package ๐Ÿ“ฆ
Additional products/services: Software package suites ๐Ÿ“ฆ
Additional products/services: Financial analysis and accounting software package ๐Ÿ“ฆ
Additional products/services: Financial systems software package ๐Ÿ“ฆ
Additional products/services: IT software package ๐Ÿ“ฆ
Additional products/services: IT services: consulting, software development, Internet and support ๐Ÿ“ฆ
Additional products/services: Software programming and consultancy services ๐Ÿ“ฆ
Additional products/services: Financial analysis and accounting software development services ๐Ÿ“ฆ
Additional products/services: Financial analysis software development services ๐Ÿ“ฆ
Additional products/services: Financial systems software development services ๐Ÿ“ฆ
Additional products/services: Accounting software development services ๐Ÿ“ฆ
Place of performance: Dublin ๐Ÿ™๏ธ
Description of the procurement:
โ€œThe Authority is seeking to appoint a service provider to provide a Software-as-a-Service (โ€œSaaSโ€) based Enterprise Risk Management System (ERMS) to support...โ€    Show more
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 510 000 ๐Ÿ’ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 72

Legal, economic, financial and technical information
Conditions for participation
List and brief description of conditions: As set out in the Tender Documents
Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions related to the contract
Contract performance conditions: As set out in the Tender Documents

Procedure
Type of procedure
Open procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2022-04-21 12:00 ๐Ÿ“…
Languages in which tenders or requests to participate may be submitted: English ๐Ÿ—ฃ๏ธ
Tender must be valid until: 2022-07-21 ๐Ÿ“…
Conditions for opening of tenders: 2022-04-21 12:00 ๐Ÿ“…

Complementary information
Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
Additional information

โ€œThe NTA will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to any of the contract award procedures...โ€    Show more
Review body
Name: High Court of Ireland
Postal address: Four Courts, Ground Floor (East Wing), Inns Quay
Postal town: Dublin
Postal code: D7
Country: Ireland ๐Ÿ‡ฎ๐Ÿ‡ช
Phone: +353 18886000 ๐Ÿ“ž
E-mail: highcourtcentraloffice@courts.ie ๐Ÿ“ง
Fax: +353 18886125 ๐Ÿ“ 
URL: https://www.courts.ie ๐ŸŒ
Review procedure
Precise information on deadline(s) for review procedures:
โ€œAs set out in S.I. No. 130/2010 European Communities (Award of Public Sector Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).โ€    Show more
Source: OJS 2022/S 055-143278 (2022-03-15)
Additional information (2022-04-21)
Contracting authority
Name and addresses
Contact person: Mark Bradwell

Complementary information
Original notice reference
Notice number in the OJ S: 2022/S 055-143278

Changes
Text to be corrected in the original notice
Section number: IV.2.2)
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Old value
Date: 2022-04-21 ๐Ÿ“…
Time: 12:00
New value
Date: 2022-04-28 ๐Ÿ“…
Time: 12:00
Text to be corrected in the original notice
Section number: IV.2.7)
Place of text to be modified: Conditions for opening of tenders
Old value
Date: 2022-04-21 ๐Ÿ“…
Time: 12:00
New value
Date: 2022-04-28 ๐Ÿ“…
Time: 12:00
Text to be corrected in the original notice
Section number: IV.2.6)
Place of text to be modified: Minimum time frame during which the tenderer must maintain the tender
Old value
Date: 2022-07-21 ๐Ÿ“…
Time: 12:00
New value
Date: 2022-07-28 ๐Ÿ“…
Time: 12:00
Source: OJS 2022/S 081-219324 (2022-04-21)
Contract award notice (2022-10-06)
Object
Scope of the procurement
Total value of the procurement (excluding VAT): EUR 260 000 ๐Ÿ’ฐ
Award criteria
Quality criterion (name): Proposed System
Quality criterion (weighting): 50
Quality criterion (name): Implementation Services
Quality criterion (weighting): 10
Price (weighting): 40

Procedure
Administrative information
Previous publication concerning this procedure: 2022/S 055-143278

Award of contract

1๏ธโƒฃ
Contract Number: 1
Title: Provision of an Enterprise Risk Management System
Date of conclusion of the contract: 2022-10-05 ๐Ÿ“…
Information about tenders
Number of tenders received: 17
Number of tenders received by electronic means: 17
Name and address of the contractor
Name: CAM Management Solutions Limited
National registration number: 06 360 806
Postal address: Suite 4.3,Parsonage Chambers, 3 The Parsonage, Manchester,
Postal town: Manchester
Postal code: M3 2HW
Country: United Kingdom ๐Ÿ‡ฌ๐Ÿ‡ง
E-mail: tendersuk@cammsgroup.com ๐Ÿ“ง
Region: Greater Manchester ๐Ÿ™๏ธ
The contractor is an SME โœ…
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 260 000 ๐Ÿ’ฐ
Total value of the contract/lot: EUR 260 000 ๐Ÿ’ฐ
Source: OJS 2022/S 196-557119 (2022-10-06)