Network Rail Internal Auditing and Forensic Accounting Tender
4 Lots. Lot 1 Internal Audit. Lot 2 HSE Audit. Lot 3 Forensic Accounting.
United Kingdom-London: Internal audit services
2015/S 115-209294
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Network Rail Infrastructure Limited
1 Eversholt Street
Contact point(s): Commercial Services, National Supply Chain
For the attention of: Jessica Woodward
NW1 2DN London
UNITED KINGDOM
Telephone: +44 8456007772
E-mail: jessica.woodward@networkrail.co.uk
Internet address(es):
General address of the contracting entity: www.NetworkRail.co.uk
Address of the buyer profile: 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
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
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 UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 10
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 5 000 000 and 10 000 000 GBP
II.1.5)Short description of the contract or purchase(s):
Lot 1 Internal Audit
Lot 2 HSE Audit
Lot 3 Forensic Accounting
Lot 4 Group Risk.
II.1.6)Common procurement vocabulary (CPV)
79212200, 79212400, 90714000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Lot 1 Internal Audit
Lot 2 HSE Audit
Lot 3 Forensic Accounting
Lot 4 Group Risk.
Estimated value excluding VAT
Range: between 5 000 000 and 10 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Internal Audit
1)Short description:
— Loan staff (assist the Internal Audit team with audit or advisory reviews)
— Audit or advisory projects
— Specialist audit support i.e. IT audits, Safety specific skills for audit and advisory work
— Advice in specialist areas i.e. IT, Safety, Treasury.
2)Common procurement vocabulary (CPV)
79212200
Lot No: 2Lot title: Health, Safety and Environmental Audit
1)Short description:
2)Common procurement vocabulary (CPV)
79212200
Lot No: 3Lot title: Forensic Accounting
1)Short description:
— Loan staff
— Stand-alone investigations
— Forensic accounting advisory
— Forensic technology
— Anti-fraud advisory.
2)Common procurement vocabulary (CPV)
79212400
Lot No: 4Lot title: Group Risk
1)Short description:
— In-depth knowledge of ERM tools and techniques.
— Specialist skills in business engagement, change management and communications strategies.
— Access to innovation within the ERM space and proven ability to embed and transfer knowledge.
2)Common procurement vocabulary (CPV)
79212200
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
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 expression of interest via email for the attention of Jessica Woodward atjessica.woodward@networkrail.co.uk no later than 16:00 on Friday 26.6.2015.
Expressions of interest will be accepted after this date but the submission date for the PQQ will remain as published.
The email must contain the following information as laid out below and nothing else.
1) Full Contracting Name and Address and Registered Company name if different.
2) Company Registration Number.
3) Full Name, telephone Number and email address of the individual submitting the interest who will be the point of contact for any ongoing correspondence.
Suppliers must confirm that they are aware and not disqualified from expressing interest in this OJEU notice because of Regulations 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
III.2.3)Technical capacity
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Network Rail Infrastructure Limited
1 Eversholt Street
NW1 2DN London
UNITED KINGDOM
E-mail: jessica.woodward@networkrail.co.uk
Telephone: +44 8456007772
Fax: +44 0000000000
Body responsible for mediation procedures
Network Rail Infrastructure Limited
1 Eversholt Street
NW1 2DN London
UNITED KINGDOM
E-mail: jessica.woodward@networkrail.co.uk
Telephone: +44 8456007772
Fax: +44 0000000000
VI.4.3)Service from which information about the lodging of appeals may be obtained
Network Rail Imfrastructure Limited
1 Eversholt Street
NW1 2DN London
UNITED KINGDOM
E-mail: jessica.woodward@networkrail.co.uk
Telephone: +44 8456007772
Fax: +44 0000000000
VI.5)Date of dispatch of this notice: