Provision of External Quality Assessments / Audit Services.
United Kingdom-Stafford: Statutory audit services
2016/S 054-090687
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Staffordshire County Council
Staffordshire Procurement, 2 Staffordshire Place
For the attention of: Laura Kendall
ST16 2DH Stafford
UNITED KINGDOM
Telephone: +44 1785854656
E-mail: laura.kendall@staffordshire.gov.uk
Fax: +44 1785854660
Internet address(es):
General address of the contracting authority: www.staffordshire.gov.uk/purchasing
Address of the buyer profile: https://supplierlive.proactisp2p.com/Account/Login#
Electronic access to information: https://supplierlive.proactisp2p.com/Account/Login#
Electronic submission of tenders and requests to participate: https://supplierlive.proactisp2p.com/Account/Login#
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
The contracting authority is purchasing on behalf of other contracting authorities: yes
Cannock Chase District Council
Civic Centre, Beecroft Road
WS11 1BG Cannock
Stafford Borough Council
Civic Centre, Riverside
ST16 3AQ Stafford
Newcastle Under Lyme Borough Council
Merrial Street
ST5 2AG Newcastle
Staffordshire Moorlands District Council
Moorlands House, Stockwell Street
ST13 6HQ Leek
High Peak Borough Council
Buxton Town Hall, Market Place, Derbyshire
SK17 6EL Buxton
Tamworth Borough Council
Marmion House, Lichfield Street
B79 7BZ Tamworth
Lichfield District Council
District Council House, Frog Lane
WS13 6YU Lichfield
Stoke on Trent City Council
Civic Centre, Glebe Street
ST4 1HH Stoke-on-Trent
South Staffordshire District Council
Council Offices, Wolverhampton Road, South Staffordshire
WV8 1PX Codsall
Shropshire Council
Shirehall, Abbey Foregate, Shropshire
SY2 6ND Shrewsbury
Telford and Wrekin Council
Addenbrooke House, Ironmasters Way
TF3 4NT Telford
Staffordshire Fire and Rescue Service
Pirehill
ST15 0BS Stone
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 6: Financial services a) Insurances services b) Banking and investment services
NUTS code UKG2,UKG23,UKG3
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 80 000 and 160 000 GBP
II.1.5)Short description of the contract or purchase(s)
The required work will be to undertake a review and validation of the self-assessments against the PSIAS which have been produced by the Chief Audit Executive (CAE) for each of the Internal Audit Functions at their respective authorities and in addition provide a comparison in respect of best practice.
II.1.6)Common procurement vocabulary (CPV)
79212300, 79200000
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:
The required work will be to undertake a review and validation of the self-assessments against the PSIAS which have been produced by the Chief Audit Executive (CAE) for each of the Internal Audit Functions at their respective authorities and in addition provide a comparison in respect of best practice.
Estimated value excluding VAT:
Range: between 80 000 and 160 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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.1.4)Other particular conditions
III.2.2)Economic and financial ability
Financial checks will be undertaken for economic operators using one or more of the Councils current financial assessors
n2check (www.n2check.com),
Dun & Bradstreet (www.dnb.co.uk),
Experian (www.experian.co.uk).
Economic operators will be assessed according to the level of risk stipulated by the financial assessors used
Note:
1. It is the responsibility of the economic operator to ensure that the appropriate accounts have been filed and that the credit information held is correct.
2.Should economic operators wish other financial information to be taken into account to support the
economic and financial check this should be submitted with the response to the PQQ. SCC
reserves the right to request further financial information and to take this into account where necessary in addition to the level of risk stipulated by the financial assessors.
3. For sole traders/partnerships where third party financial assessments are not available the
assessment will be undertaken using a financial spreadsheet detailing trading account data for the last 3 years.
The organisation should hold valid insurance as required by the contract, or a written statement advising that should they be awarded the contract they will have the required levels of insurance in place for the commencement of the contract.
Minimum level(s) of standards possibly required: Financial checks.
Any economic operator being given an above average/higher than average risk rating or poorer, by one or more of the assessors used, may be rejected.
Insurance Levels.
Public Liability 5 000 000 GBP.
Employers Liability 5 000 000 GBP.
Professional Indemnity 2 000 000 GBP.
Failure to achieve or agree to this may lead to disqualification.
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
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 20.4.2016 – 12:05
Place:
SCC Offices.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: SCC Officers Only.
Section VI: Complementary information
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Staffordshire County Council
UNITED KINGDOM
E-mail: sp@staffordshire.gov.uk
Body responsible for mediation procedures
UK
UNITED KINGDOM
VI.4.2)Lodging of appeals
The award decision process will specify the criteria for the award of the contract/framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender; and will specify when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the contract/framework agreement.
If an appeal regarding the award of a contract/framework agreement has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Any such action must be brought promptly (generally within 3 months).
The Court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages.
If an agreement has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages.
The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending upon the circumstances) or otherwise 6 months.
VI.4.3)Service from which information about the lodging of appeals may be obtained
Staffordshire County Council
UNITED KINGDOM
E-mail: sp@staffordshire.gov.uk
VI.5)Date of dispatch of this notice: