Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Internal Audit

  • First published: 25 April 2018
  • Last modified: 25 April 2018

Contents

Summary

OCID:
ocds-kuma6s-081151
Published by:
University of South Wales
Authority ID:
AA0315
Publication date:
25 April 2018
Deadline date:
29 May 2018
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Internal audit services. The University of South Wales is seeking to appoint internal auditors for up to a maximum of 5 years (3 years in the first instance with the option of up to 2 x 1 year extension) with effect from 1 August 2018. The University requires the successful service provider to deliver an internal audit service including the development, implementation and review of an internal audit programme throughout the contract term. The internal audit programme will be developed in conjunction with the University’s management team and approved by the University’s Audit Committee. The successful service provider may also be required to carry out value for money studies, and facilitate the yearly review of effectiveness of the Audit Committee. CPV: 79212200, 79200000, 79210000, 79212000, 79212100.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University of South Wales

Procurement Manager, University of South Wales, Finance Dept, Llantwit Road

Pontypridd

CF37 1DL

UK

Telephone: +44 1443482385

E-mail: procurement@southwales.ac.uk

Fax: +44 1443482384

NUTS: UKL

Internet address(es)

Main address: www.southwales.ac.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0315

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.sell2wales.gove.wales/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Internal Audit

Reference number: 1545

II.1.2) Main CPV code

79212200

 

II.1.3) Type of contract

Services

II.1.4) Short description

Internal audit services. The University of South Wales is seeking to appoint internal auditors for up to a maximum of 5 years (3 years in the first instance with the option of up to 2 x 1 year extension) with effect from 1 August 2018.

The University requires the successful service provider to deliver an internal audit service including the development, implementation and review of an internal audit programme throughout the contract term. The internal audit programme will be developed in conjunction with the University’s management team and approved by the University’s Audit Committee. The successful service provider may also be required to carry out value for money studies, and facilitate the yearly review of effectiveness of the Audit Committee.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79200000

79210000

79212000

79212100

II.2.3) Place of performance

NUTS code:

UKL15


Main site or place of performance:

Treforest

II.2.4) Description of the procurement

The availability of competent internal audit services forms an obvious and key requirement for universities.

The University of South Wales is seeking to appoint internal auditors for up to a maximum of five years (3 years in the first instance with the option of 2 x 1 year extension) with effect from 1 August 2018. The appointment would be subject to the continued satisfactory performance by the successful service provider.

The University requires the successful service provider to deliver an internal audit service including the development, implementation and review of an internal audit programme throughout the contract term. The internal audit programme will be developed in conjunction with the University’s management team and approved by the University’s Audit Committee. The successful service provider may also be required to carry out value for money studies, and facilitate the yearly review of effectiveness of the Audit Committee.

With regard to the requirement of continued satisfactory performance by the successful service provider, the University’s Audit Committee will consider an annual review of its internal auditors which will be based on performance criteria established within the Public Sector Internal Audit Standards (2013) published by the Higher Education Funding Council For Wales (HEFCW):

- Managing the internal audit activity

- Nature of work

- Engagement Planning

- Performing the engagement

- Communicating Results

- Monitoring progress

- Communicating the Acceptance of Risks

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality of audit process / Weighting: 25

Quality criterion: Demonstrable knowledge of the HE and FE sector in Wales, and the business and risk environment currently facing the HE and FE sector and specifically the University Group / Weighting: 20

Quality criterion: Relationship management / Weighting: 10

Quality criterion: Interview/Presentation / Weighting: 15

Quality criterion: Terms and Conditions / Weighting: 5

Cost criterion: Cost/cost certainty and value for money / Weighting: 25

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/08/2018

End: 31/07/2021

This contract is subject to renewal: Yes

Description of renewals:

Option of 2 x 1 year extension

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.

Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.

Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

(a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance.

(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.

(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

(a) A list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct.

(b) A list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: — where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, — where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator.

(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work.

(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities.

(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate.

(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work.

(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract.

(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years.

(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.

(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Interested parties must be able to carry out the specific requirements as requested in the Internal Audit 2018 document attached to this notice.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 29/05/2018

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 29/05/2018

Local time: 14:00

Place:

University of South Wales

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The University's requirements in relation to the execution of the contract are detailed in the Internal Audit 2018 document attached to this notice.

The minimum requirements set out in the conditions of this notice must be adhered to.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=81151.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

As part of the tendering process the University will be looking at ways that even more value may be obtained and would like to seek community benefits from this tender. Examples of the kind of benefits / opportunities that we would like to see are, for example, e.g. lectures, guest speaker slots, scholarships or perhaps student placements or internships.

When submitting your tender you will need to submit a plan in a separate sealed envelope of how you would anticipate delivering any benefits through this contract. The community benefits will not be scored or evaluated but will be included as a condition of contract with the successful supplier.

(WA Ref:81151)

VI.4) Procedures for review

VI.4.1) Review body

University of South Wales

Procurement Manager, University of South Wales, Finance Dept, Llantwit Road

Pontypridd

CF37 1DL

UK

Telephone: +44 1443482385

Fax: +44 1443482384

VI.5) Date of dispatch of this notice

23/04/2018

Coding

Commodity categories

ID Title Parent category
79210000 Accounting and auditing services Accounting, auditing and fiscal services
79200000 Accounting, auditing and fiscal services Business services: law, marketing, consulting, recruitment, printing and security
79212000 Auditing services Accounting and auditing services
79212100 Financial auditing services Auditing services
79212200 Internal audit services Auditing services

Delivery locations

ID Description
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
25 April 2018
Deadline date:
29 May 2018 00:00
Notice type:
02 Contract Notice
Authority name:
University of South Wales
Publication date:
09 July 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
University of South Wales

About the buyer

Main contact:
procurement@southwales.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx20.22 KB
This file may not be accessible.
docx
docx72.09 KB
This file may not be accessible.
docx
docx16.02 KB
This file may not be accessible.
docx
docx13.08 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.