By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

The Procurement of an internal audit contractor to support the work of the internal audit consortium.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

South Norfolk District Council
Swan Lane, Long Stratton
For the attention of: Vincent Hunt
NR15 2XE Norwich
UNITED KINGDOM
Telephone: +44 1508533707
E-mail:
Fax: +44 1508533695

Internet address(es):

General address of the contracting authority: http://s-norfolk.gov.uk

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
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Breckland District Council
Elizabeth House, Walpole Loke, Dereham
NR19 1EE Norfolk
UNITED KINGDOM

Great Yarmouth Borough Council
Town Hall, Hall Plain, Great Yarmouth
NR30 2QF Norfolk
UNITED KINGDOM

Broadland Council
Thorpe Lodge, 1 Yarmouth Road, Norwich
NR7 0DU Norfolk
UNITED KINGDOM

North Norfolk District Council
Council Offices, Holt Road, Cromer
NR27 9EN Norfolk
UNITED KINGDOM

The Broads Authority
Yare House, 62-64 Thorpe Road, Norwich
NR1 1RY Norfolk
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The Procurement of an internal audit contractor to support the work of the internal audit consortium.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 6: Financial services a) Insurances services b) Banking and investment services

NUTS code UKH1

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)
Financial auditing services. Auditing services. Corporate governance rating services. Internal audit services. Statutory audit services. Fraud audit services. Accounting review services. Computer audit consultancy and hardware consultancy services. Computer audit services. The Council on behalf of the Audit Consortium, wishes to procure through competetive dialogue with an internal audit contractor. This is intended to be a 5 year contract with an option to extend for up to 2 years on a year by year basis. The Audit Consortium may well grow to include the internal audit work of new public sector partners.
II.1.6)Common procurement vocabulary (CPV)

79212100, 79212000, 79212110, 79212200, 79212300, 79212400, 79212500, 72150000, 72810000

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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Open to all Local Authorities and other Public Service Organisations withinEast Anglia including Essex, Cambridge, Peterborough, Thurrock, Southend-on-Sea, Norfolk & Suffolk.
The following Councils wish to be specifically named within the scope of this notice to allow them the option of becoming a contracting authority at a future date: Mid Suffolk District Council, Babergh District Council, Norfolk County Council, Norwich City Council, Borough of King's Lynn and West Norfolk, Harlow Council, Brentwood Council, Basildon Council.
Estimated value excluding VAT:
Range: between 2 500 000 and 5 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Starting 1.10.2014. Completion 30.9.2019

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
III.2)Conditions for participation
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
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 4: and maximum number 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2013/S 154-268654 of 9.8.2013

Other previous publications

Notice number in the OJEU: 2013/S 187-322803 of 26.9.2013

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: 2.12.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
15.1.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
18.3.2014
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
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 7 yearly.
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
To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=75177430

GO Reference: GO-2013102-PRO-5170075
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
2.10.2013