Internal Audit Services Network Rail
The appointed service providers will be required to undertake internal audit reviews following the Network Rail Internal Audit methodology and will support the Head of Internal Audit to successfully deliver the annual audit plan.
UK-London: internal audit services
2012/S 57-093537
Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Network Rail Infrastructure Limited
Kings Place, 90 York Way
Contact point(s): Strategic Sourcing Team; Network Rail, 1 Eversholt Street, London NW1 2DN
For the attention of: Josephine Allright
NW1 9AG London
UNITED KINGDOM
Telephone: +44 2079047182
E-mail: josephine.allright@networkrail.co.uk
Fax: +44 2079047065
Internet address(es):
General address of the contracting entity: www.networkrail.co.uk
Address of the buyer profile: http://www.networkrail.co.uk/aspx/1542.aspx
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activity
Railway services
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Provision of Internal Audit Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 9: Accounting, auditing and bookkeeping services
Main site or location of works, place of delivery or of performance: Great Britain.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
This contract is for the provision of Internal Audit Services & Resources.
The appointed service providers will be required to undertake internal audit reviews following the Network Rail Internal Audit methodology and will support the Head of Internal Audit to successfully deliver the annual audit plan.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
This contract will provide for Internal Audit Services & Resources. The scope of work will include Loan Staff, Audit Projects, Specialist Support & Advice. Network Rail are looking to work under a co-sourcing model, which is expected to be flexible and responsive and will fulfil and complement the varying internal audit needs of Network Rail.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Participants will be advised during the course of the tender exercise if these are required. Parent Company guarantees and other financial and performance guarantees may be requested as deemed appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
One member of any group/consortium will be required to accept Prime Contractor status.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: This is a negotiated procedure with a call for competition. Suppliers will be expected to comply with all instructions during the course of the tender.
Any supplier who wishes to be considered for this contract MUST submit an Expresssion of Interest (EOI) via e-mail for the attention of Josephine Allright at
josephine.allright@networkrail.co.uk no later than 12.00 on 13.4.2012.
The e-mail must contain the following information as laid out below and nothing else:
1. Full Contracting Entity Name, address and registered address (if different).
2. Company Registration Number.
3. Full name, telephone number and e-mail address of the individual submitting the EOI who will be the point of contact for any ongoing correspondence.
Suppliers must confirm that they are aware and not disqualified from expressing an interest in this OJEU notice because of Regulation 26 of the Utilities Contracts Regulations 2006.
A supplier will be disqualified from the tender exercise if:
a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Suppliers will be expected to meet the the Economic and Financial evaluation criteria, which is laid down in the Pre-Qualification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Suppliers will be expected to meet the the Technical evaluation criteria, which is laid down in the Pre-Qualification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
BC/COMMS/010
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 13.4.2012 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
25.4.2012 – 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening tenders
Date: 16.5.2012 – 12:00
Place
1 Eversholt Street, London. NW1 2DN
Persons authorised to be present at the opening of tenders: yes
Authorised persons in the organisation.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 36 months from publication notice
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
This procurement is carried out on behalf of NRIL and other companies within the NRIL group of companies in existance now and in the future.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Network Rail will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Utilities Contracts Regulations 2006 (SI 2006 No 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:19.3.2012