Internal Audit Services Tender for Isle of Wight Council
The Council seeks expressions of interest from suitably experienced internal audit providers for the provision of internal audit services.
United Kingdom-Newport: Internal audit services
2015/S 012-017296
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Isle of Wight Council
Procurement and Contract Management Unit, County Hall, High Street
For the attention of: Lucy Mclaughlin
PO30 1UD Newport
UNITED KINGDOM
Telephone: +44 1983821000
E-mail: lucy.mclaughlin@iow.gov.uk
Internet address(es):
General address of the contracting authority: www.iwight.com
Address of the buyer profile: http://www.iwight.com/council/procurement
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and 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)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 9: Accounting, auditing and bookkeeping services
NUTS code UKJ34
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
79212200, 79210000, 79212000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
— meeting the Customer’s statutory responsibilities in respect of internal audit;
— achieving the Public Sector Internal Audit Standards;
— achieving the council’s objectives across the whole range of its activities;
— ensuring the proper administration of the financial affairs of the council;
— working with the external auditors to enable them to place reliance on internal audit work undertaken.
The contract is for the provision of a full internal audit service to meet the requirements of the Council and auditing/accounting firms that have or are currently providing internal audit services for similar organisations are encouraged to submit tenders. The service provider will use an established methodology in the planning, conduct and reporting of internal audit work and will be required to operate in full compliance with the public sector internal auditing standards (PSIAS) as a minimum requirement.
When the tender documentation is issued, it is anticipated that tenderers will be given the opportunity to tender on the basis of provision of an internal audit service where the role of the Chief Internal Auditor is retained in-house with responsibility for the planning and reporting of internal audit coverage. However the Council is prepared to consider variant bids.
All internal audit work will be carried out within the Council offices mainly within Newport but also at other locations across the island. The provider will be required to provide a risk-based internal audit service including financial audits, system and compliance audits, IT infrastructure and application audits, investigative (forensic) audits (as and when required) and ad hoc projects. The provider will be required to liaise with the Council’s external auditors and prepare and present progress and other reports to the Council’s Audit Committee which holds approximately 4 meetings per year.
Terms and conditions of contract will be stated within the tender documentation.
The contract will be for a period of 3 years, and may be extended by the Council for up to a further 24 months.
Estimated value excluding VAT:
Range: between 200 000 and 250 000 GBP
II.2.2)Information about options
Description of these options: There will be the option to extend the contract for up to a period of 24 months at the discretion of the Council.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Provided in the PQQ.
III.2.3)Technical capacity
Main Business Activities relevant to this tender — 30 %;
Other Business Activities — 5 %;
Equality — Pass/Fail;
Health and Safety — Pass/Fail;
Quality Assurance — 5 %;
Social Value — 5 %;
Experience and Track Record — 20 %;
Professional Qualifications and Skills of Staff — 20 %;
References — 10 %.
Minimum level(s) of standards possibly required:
The minimum competency threshold is 70 %. Any potential provider who passes all of the pass/fail questions and achieves a score of 70 % or above will be short listed and invited to tender.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: The service provider will be required to operate in full compliance with the CIPFA Code of Practice for Internal Audit in Local Government in the United Kingdom as a minimum requirement.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.2)Information about European Union funds
VI.3)Additional information
If you do not get a response within 24 hours of initially requesting the documentation, it is the tenderers responsibility to re contact the Isle of Wight Council to obtain the documents.
The contract shall be made in English and according to English Law and subject to the jurisdiction of the English Courts.
Any values listed II.2.1) of this contract notice are indicative and show the annual value.
Requests for documents can be made until 14:00 hrs on the 23.1.2015. It is the tenderers responsibility to ensure that they request the documents in ample time to ensure that they can be completed and returned, along with all supporting documentation called for, prior to the closing time and date.
The Council reserves the right not to make any award and reserves the right to accept all or part of any tender.
VI.4.2)Lodging of appeals
Proceedings are to be regarded as started only when the Claim Form is served in compliance with Regulation 47F (1) of the Public Contract Regulations 2006 (as amended).
Regulation 47D (2) of the Public Contracts Regulations 2006 (as amended) require proceedings to be commenced within 3 months. Regulation 47E (2)(a) of the Public Contracts Regulations 2006 (as amended) require any proceedings in relation to ineffectiveness to be commenced within 30 days. These time limits are beginning with the date when the claimants became aware that they could make a claim or ought to have been so aware.
VI.5)Date of dispatch of this notice: