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