Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Newry Mourne and Down District Council
Greenbank Industrial Estate
Newry
BT34 2QU
UK
Contact person: Only Online through portal at: www.newrymournedown.org/procurement
Telephone: +44 2830313233
E-mail: Shona.McConville@nmandd.org
Fax: +44 2830313288
NUTS: UKN08
Internet address(es)
Main address: www.newrymournedown.org
Address of the buyer profile: www.newrymournedown.org/procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.newrymournedown.org/procurement
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.newrymournedown.org/procurement
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Internal Audit Services
Reference number: 71/2018
II.1.2) Main CPV code
79212200
II.1.3) Type of contract
Services
II.1.4) Short description
Newry, Mourne and Down District Council invite tenders for the provision of Internal audit services by audit and accountancy firms for an initial period of 2 years from April 2019 with an option to extend for up to 2 additional 12 month periods at the sole discretion of the Council.
II.1.5) Estimated total value
Value excluding VAT:
180 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79212200
II.2.3) Place of performance
NUTS code:
UKN08
II.2.4) Description of the procurement
Under the Local Government (Accounts and Audit) Regulations (NI) 2015 the Council must undertake an adequate and effective internal audit of its accounting records and of its system of risk management, internal control and governance processes using internal auditing standards in force from time to time.
The Council operates an internal audit service which is externally supported which delivers the Council’s risk based Internal Audit Strategy 2019-2023. Both the Council’s audit services manager and the independent internal audit function will report to the audit committee quarterly.
Therefore, in order to commence any new arrangements as soon after the start of the new financial year as possible, the Council wishes to appoint an Audit and accountancy firm, with relevant experience, to provide its risk-based internal audit services for the period beginning from 1.4.2019 to 31.3.2021. The contract will initially be for a period of 2 years, with options to extend for a further 2 year period up to a maximum of 4 years in total. This will be based on the satisfactory performance of the supplier in line with the Councils Key Performance Indicators.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
180 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The contract will initially be for a period of 2 years, with options to extend for a further 2 year period up to a maximum of 4 years in total. This will be based on the satisfactory performance of the supplier in line with the Councils key performance indicators.
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 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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/04/2019
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:
05/04/2019
Local time: 12:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2-4 years
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice (NI)
Chichester St
Belfast
BT1 3 JF
UK
Telephone: +44 2890235111
E-mail: adminoffice@courtsni.gov.uk
Internet address(es)
URL: http://www.courtsni.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Council will incorporate a minimum 10 calendar day standstill period when information on the award of the contract is communicated to tenderers. This period allows tenderers to seek further debriefing from the Council before the contract is entered into. Applicants have 2 working days from notice of the award decision to ask for additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from email address:david.barter@nmandd.org
If a dispute about contract award has not been successfully resolved the Public Contracts Regulations 2015 allow aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 1 month). The purpose of the
Standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice
01/03/2019