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

Internal Audit Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

North Wales Police & Police and Crime Commissioner for North Wales
Procurement, Alexander House, Force Headquarters, Abergele Road
For the attention of: Kim James
LL29 8AW Colwyn Bay
UNITED KINGDOM
Telephone: +44 1492804248
E-mail:

Internet address(es):

General address of the contracting authority: www.northwales-pcc.gov.uk

Address of the buyer profile: www.bluelight.gov.uk

Further information can be obtained from: Bluelight
N/A
Internet address: www.bluelight.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Bluelight
N/A
Internet address: www.bluelight.gov.uk

Tenders or requests to participate must be sent to: Bluelight
N/A
Internet address: www.bluelight.gov.uk

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Public order and safety
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:
Internal 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: Colwyn Bay.

NUTS code UKL13

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)

Internal Audit Services for North Wales Police and/or the Police and Crime Commissioner for North Wales. For further information and tender documents please visit www.bluelight.gov.uk

II.1.6)Common procurement vocabulary (CPV)

79210000, 79212200

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:
Annual budget range between GBP 45 000 and GBP 50 000
Estimated value excluding VAT:
Range: between 45 000 and 50 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
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 right is reserved to require a parent company guarantee
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:
Evidence of relevant insurances, including Professional Indemnity Insurance
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Acceptance of North Wales Police Terms and Conditions of Contract
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: Any supplier may be disqualified who:
(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 compulsory winding up the 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 contract 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 organization, 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 May 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 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
See tender documents
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See tender documents
Minimum level(s) of standards possibly required: See tender documents
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See tender documents
Minimum level(s) of standards possibly required:
See tender documents
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: yes

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:
NWP.QTLE.9CXHE2
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: 23.12.2013 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
24.12.2013 - 10:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
15.11.2013
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: 12 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 24.12.2013 - 10:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Staff members of North Wales Police and/or the Office of the Police and Crime Commissioner for North Wales.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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

This tender is being run via the Bluelight E-tendering System which is accessible at www.bluelight.gov.uk - you will need to register on the site to access documents and submit responses electronically.

Contact is for an inital periond of 3 years wiht the option to extend for a furthere 2 years in multiples of 12 months.
there is a requerment for part of this contact to be delivered in Welsh.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Head of Procurement
North Wales Police HQ Glan-y-Don
LL29 8AW Old Colwyn
UNITED KINGDOM
E-mail:

Body responsible for mediation procedures

Head of Procurement
North Wales Police FHQ Glan-y-Don
LL29 8AW Old Colwyn
UNITED KINGDOM

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Head of Procurement
North Wales Police HQ Glan-y-Don
LL29 8AW Old Colwyn
UNITED KINGDOM

VI.5)Date of dispatch of this notice:
15.11.2013