Section one: Contracting authority
one.1) Name and addresses
Development Bank of Wales
1 Capital Quarter Tyndall Street
Cardiff
CF10 4BZ
procurement@developmentbank.wales
Telephone
+44 2920338100
Fax
+44 2920338101
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
https://www.developmentbank.wales
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0555
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk/web/login.shtml
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://etenderwales.bravosolution.co.uk/web/login.shtml
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Economic and financial affairs
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Provision of a Risk Management System
Reference number
DBW00043.00
two.1.2) Main CPV code
- 72222300 - Information technology services
two.1.3) Type of contract
Services
two.1.4) Short description
DBW is looking for an off the shelf Enterprise Risk Management solution that supports the full lifecycle of risk management from identification of risks and controls to self-assessment, second line testing and following up on actions.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 48100000 - Industry specific software package
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
2.2 DBW’s current risk management software contract expires in February 2025. DBW is looking for an off the shelf Enterprise Risk Management solution that supports the full lifecycle of risk management from identification of risks and controls to self-assessment, second line testing and following up on actions. The solution must be able to take into consideration DBW’s risks and controls, accommodate a growing number of business units each with their own dedicated risk and control registers, as well as a place to document risk events that may occur in the course of business.
Further information can be obtained from the Invitation to Tender.
two.2.5) Award criteria
Quality criterion - Name: Functional Requirements / Weighting: 15
Quality criterion - Name: Reporting / Weighting: 5
Quality criterion - Name: User Accessibility and Experience / Weighting: 5
Quality criterion - Name: Future Configuration / Weighting: 5
Quality criterion - Name: Implementation and Delivery / Weighting: 10
Quality criterion - Name: Training / Weighting: 2.5
Quality criterion - Name: Service Management and Support / Weighting: 10
Quality criterion - Name: Optional Functional Requirements, added value and innovation / Weighting: 2.5
Quality criterion - Name: Service Levels and Key Performance Indicators / Weighting: 5
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
DBW has the option to extend the contract for two further periods of 36 months each.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
6 September 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 September 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=143431
(WA Ref:143431)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom