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

External Audit Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Northumberland, Tyne and Wear NHS Foundation Trust
St Nicholas Hospital, Jubilee Rd, Gosforth
For the attention of: Gavin Thompson
NE3 3XT Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912232778
E-mail:

Internet address(es):

General address of the contracting authority: http://www.ntw.nhs.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
Body governed by public law
I.3)Main activity
Health
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:
External Audit Services.
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: Tyne and Wear.

NUTS code UKC

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)

Offers are invited for the supply of External Audit Services to Northumberland Tyne and Wear NHS Foundation Trust. Intersted parties should contact to obtain tender documentation. The Closing date for submited tenders is 12:00 (noon) on 26.2.2014.

II.1.6)Common procurement vocabulary (CPV)

79212000, 79212100, 79212300

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
As a public benefit corporation, the Trust is required to have an auditor by the NHS Act 2006 (Schedule 7, section 23 (1), and its accounts must be audited by that auditor (Schedule 7, section 24(2). The contract with the Trusts current contractor ends following audit of the 2013/14 annual accounts. The Trust therefore requires a comprehensive and efficient External Audit Service which will assist it in meeting its role and responsibilities, whilst maintaining the necessary level of professional independence.
The Contract shall be for a period of 3 years covering financial years 2014/15, 2015/16, 2016/17 with an option to extend for 2 further financial years.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (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:
The Trust reserves the right to require deposits, guarantees, bonds, insurance cover and/or other forms of security cover it deems appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to the tender documentation.
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: Please refer to the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to the tender documentation.
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
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:
CON/157/RX4
IV.3.2)Previous publication(s) concerning the same contract
no
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
26.2.2014 - 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
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Tenders and all supporting documents must be priced in sterling and all payments made in relation to the project made in GBP.
Any resulting contract will be considered as a contract made in England according to English Law and subject to the exclusive juridiction of the English Courts. All discussions will be in English.
The Trust does not bind itself to accept the lowest or any tender and reserves the right to cancel this award procedure at any time.
The Contract Award Criteria will be provided in the invitation to tender.
The Trust shall not be liable for any costs incurred by those expressing interest in or tendering for this opportunity.
The successful tenderer will be required to give an undertaking that it will comply with all UK and EC legislation, standard and applicable guidance.
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:
10.1.2014