Technical, Commercial, Financial and Procurement Advice for an agreement to operate, manage and maintain the Emergency Call Answering Service (ECAS)

The Contracting Authority wishes to appoint external advisors to provide technical, commercial, financial and procurement advisory services in relation to the procurement, contracting and implementation of an Emergency Call Answering Service Operator. It is envisaged that the successful Tenderer will be required to advise and assist the Contracting Authority, to …

CPV: 66171000 Financial consultancy services, 71356000 Technical services, 71621000 Technical analysis or consultancy services, 79412000 Financial management consultancy services, 79418000 Procurement consultancy services
Place of execution:
Technical, Commercial, Financial and Procurement Advice for an agreement to operate, manage and maintain the Emergency Call Answering Service (ECAS)
Awarding body:
Department of the Environment Climate and Communications
Award number:
0

1. Buyer

1.1 Buyer

Official name : Department of the Environment Climate and Communications

2. Procedure

2.1 Procedure

Title : Technical, Commercial, Financial and Procurement Advice for an agreement to operate, manage and maintain the Emergency Call Answering Service (ECAS)
Description : The Contracting Authority wishes to appoint external advisors to provide technical, commercial, financial and procurement advisory services in relation to the procurement, contracting and implementation of an Emergency Call Answering Service Operator. It is envisaged that the successful Tenderer will be required to advise and assist the Contracting Authority, to include for the purposes of this RFT: DECC and/or other personnel or entities that may be involved, as required. These Services include but are not necessarily limited to conducting a detailed analysis of requirements for Service (including but not limited to the design, procurement, installation, testing, commissioning, maintenance, support and operation of all hardware and software, interconnections with public networks and services and the Emergency Services, facilities and building infrastructure and the requirements of all relevant legislation and the impact this will have with regards to technical requirements of the ECAS), preparation of supporting documentation, consulting and liaising with key stakeholders including the Emergency Services, ComReg and telecommunications industry throughout the process, business continuity management, cyber security management, financial and commercial parameters and specification of management information reporting requirements. Full details can be found in the Request for Tender document.
Procedure identifier : 7ac528c5-7649-494e-910b-b458752f47fd

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 66171000 Financial consultancy services
Additional classification ( cpv ): 79412000 Financial management consultancy services
Additional classification ( cpv ): 71356000 Technical services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Technical, Commercial, Financial and Procurement Advice for an agreement to operate, manage and maintain the Emergency Call Answering Service (ECAS)
Description : The Contracting Authority wishes to appoint external advisors to provide technical, commercial, financial and procurement advisory services in relation to the procurement, contracting and implementation of an Emergency Call Answering Service Operator. It is envisaged that the successful Tenderer will be required to advise and assist the Contracting Authority, to include for the purposes of this RFT: DECC and/or other personnel or entities that may be involved, as required. These Services include but are not necessarily limited to conducting a detailed analysis of requirements for Service (including but not limited to the design, procurement, installation, testing, commissioning, maintenance, support and operation of all hardware and software, interconnections with public networks and services and the Emergency Services, facilities and building infrastructure and the requirements of all relevant legislation and the impact this will have with regards to technical requirements of the ECAS), preparation of supporting documentation, consulting and liaising with key stakeholders including the Emergency Services, ComReg and telecommunications industry throughout the process, business continuity management, cyber security management, financial and commercial parameters and specification of management information reporting requirements. Full details can be found in the Request for Tender document.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 66171000 Financial consultancy services
Additional classification ( cpv ): 79412000 Financial management consultancy services
Additional classification ( cpv ): 71356000 Technical services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : Department of the Environment Climate and Communications -

6. Results

Value of all contracts awarded in this notice : 223 537,45 Euro

6.1 Result lot ldentifier : LOT-0001

6.1.2 Information about winners

Winner :
Official name : Analysys Mason_3390
Tender :
Tender identifier : 000025180
Identifier of lot or group of lots : LOT-0001
Value of the tender : 223 537,45 Euro
Contract information :
Identifier of the contract : 395025
Date on which the winner was chosen : 01/11/2023
Date of the conclusion of the contract : 18/12/2023

7. Modification

7.1 Modification

Identifier of the previous contract award notice : b0e34b73-86f0-48bd-b9da-5b537418f505-01
Identifier of the modified contract : CON-0001
Reason for modification : Need for modifications because of circumstances which a diligent buyer could not predict.
Description : Having had to cancel the previous procurement process for the provision of the next ECAS, due to circumstances outside of its control, the Department has now identified a requirement to conduct a new procurement process commencing in Quarter 4 2024 which will again require significant expertise of a technical, commercial, financial and procurement nature. Analysys Mason were initially contracted for this procurement project, which was due to complete in November 2025, however now that we must re-tender, the project is not expected to conclude until possibly November 2027. This change can be carried out under Regulation 72(1)(b) (the “Economic and Technical Derogation”) and Regulation 72(1)(c) (the “Unforeseeable Circumstances Derogation”).

7.1.1 Change

Description of modifications : Having had to cancel the previous procurement process for the provision of the next ECAS, due to circumstances outside of its control, the Department has now identified a requirement to conduct a new procurement process commencing in Quarter 4 2024 which will again require significant expertise of a technical, commercial, financial and procurement nature. Analysys Mason were initially contracted for this procurement project, which was due to complete in November 2025, however now that we must re-tender, the project is not expected to conclude until possibly November 2027. This change can be carried out under Regulation 72(1)(b) (the “Economic and Technical Derogation”) and Regulation 72(1)(c) (the “Unforeseeable Circumstances Derogation”). Cost of modification is €223,537.45 (ex VAT)

8. Organisations

8.1 ORG-0001

Official name : Department of the Environment Climate and Communications
Registration number : 4002073W
Postal address : Tom Johnson House, Haddington Road
Town : Dublin
Postcode : D04K7X4
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01 678 2000
Internet address : http://www.decc.gov.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Analysys Mason_3390
Registration number : 6324061F
Town : Dublin
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 868313836
Information exchange endpoint (URL) : https://www.analysysmason.com/
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0004

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 3c028443-bb01-4159-ab92-0e2939825d6d - 02
Form type : Contract modification
Notice type : Contract modification notice
Notice dispatch date : 29/01/2025 11:59 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00063584-2025
OJ S issue number : 21/2025
Publication date : 30/01/2025