Award

ID 3871582 - DAERA - Procurement of a Governance, Risk and Compliance (GRC) Solution

  • Department of Agriculture, Environment and Rural Affairs

F15: Voluntary ex ante transparency notice

Notice identifier: 2024/S 000-001112

Procurement identifier (OCID): ocds-h6vhtk-038465

Published 12 January 2024, 2:36pm



Section one: Contracting authority/entity

one.1) Name and addresses

Department of Agriculture, Environment and Rural Affairs

Jubilee House, 111 Ballykelly Road

Ballykelly, Limavady

BT49 9HP

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 3871582 - DAERA - Procurement of a Governance, Risk and Compliance (GRC) Solution

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

DAERA Digital Services Division has procured a contract to deliver a Governance, Risk and Compliance (GRC) Solution with modules to support automating and socialising the cyber risk register amongst the risk stakeholders which is driving up the proactive management of these risks. DAERA require a modification of this contract to complete additional works to enable the department to maintain compliance with ISO27001 requirements for certification. The modification value required is £50,000

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £225,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

DAERA Digital Services Division has procured a contract to deliver a Governance, Risk and Compliance (GRC) Solution with modules to support automating and socialising the cyber risk register amongst the risk stakeholders which is driving up the proactive management of these risks. DAERA require a modification of this contract to complete additional works to enable the department to maintain compliance with ISO27001 requirements for certification. The modification value required is £50,000

two.2.11) Information about options

Options: Yes

Description of options

The contract commenced on 11 February 2022 for an initial period of 2 years until 10 February 2024. There are 2 optional extension periods of 1 year each.

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated without a prior call for competition

  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons

Explanation:

DAERA Digital Services Division has procured a contract to deliver a Governance, Risk and Compliance (GRC) Solution with modules to support automating and socialising the cyber risk register amongst the risk stakeholders which is driving up the proactive management of these risks. DAERA require a modification of this contract to complete additional works to enable the department to maintain compliance with ISO27001 requirements for certification. The modification value required is £50,000

Regulation 72(1)(b) Additional works, services or supplies “have become necessary” and were not included in the initial procurement and a change of supplier would involve substantial inconvenience/duplication of costs - provided the change does not exceed 50% of the value of the original contract.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-034530


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

11 February 2022

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

INFORMATION RISK MANAGEMENT LIMITED

CHELTENHAM HOUSE

CHELTENHAM

GL50 3JR

Email

nina.wright@irmsecurity.com

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
Internet address

https://www.finance-ni.gov.uk

The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £225,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into