University of Lincoln Internal Audit 2013
The University intends to invite tenders for the provision of internal audit services during the period of the Contract. Including but not limited to: Development of internal audit strategy and/or methodologies;
Advice on governance, risk management and internal control; Benchmarking and Quality Assurance of Internal Audit performance.
United Kingdom-Lincoln: Internal audit services
2013/S 221-385259
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
487 Internal Audit 2013.
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: University of Lincoln
Main Administration Building
Brayford Pool
Lincoln
LN6 7TS
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)
The University intends to invite tenders for the provision of internal audit services during the period of the Contract. Including but not limited to:
— Development of internal audit strategy and/or methodologies;
— Advice on governance, risk management and internal control;
— Benchmarking and Quality Assurance of Internal Audit performance.
The appointed firm will work closely with the University finance department. We are looking for added value through the audit process and seek auditors who are proactive and searching in their approach, to produce focussed and relevant reports to which management can respond.
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)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:
The provider will be required to:
— Demonstrate an understanding of current HEFCE requirements for the management of university accountabilities and returns.
— Operate in accordance with published audit and accounting standards.
— Meet professional, ethical and quality standards in completing its work.
— Comply with terms of reference approved by the governing body, HEFCE.
— Provide suitably qualified and/or part qualified and experienced staff.
— Endeavour to promote continuity of staffing.
— Ensure that the staff employed will receive appropriate ongoing training.
— Work in collaboration with the universitys external auditors and other organisations as required to deliver effective audit services.
— Deliver robust quality control procedures.
— The University will require assurance that the firm has clear procedures for directing workload, and in particular a named senior person in the firm who will act as the main contact and will be responsible for the firms general provision of services and advice to the University.
— Auditors shall be part or fully qualified and registered in accordance with the relevant legislation.
II.2.2)Information about options
Options: yes
Description of these options: Option to extend for 2 further periods of 12 months.
Provisional timetable for recourse to these options:
in months: 12 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Duration in months: 12 (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:
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
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: Details are provided as part of the suitability questionnaire within the Invitation To Tender.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Details are provided as part of the suitability questionnaire within the Invitation To Tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Details are provided as part of the suitability questionnaire within the Invitation To Tender.
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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 authority:
487
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 2.2.2014 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.2.2014 – 12:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 3.2.2014 – 12:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 12 months to 36 months after the contract award depending on whether extension periods are taken up.
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
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: The University of Lincoln will incorporate a minimum 10 calendar day standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:13.11.2013