Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Police & Crime Commissioner for South Wales
  Police Headquarters, Cowbridge Road
  Bridgend
  CF31 3SU
  UK
  
            Telephone: +44 1656655555
  
            E-mail: swp-procurement@south-wales.police.uk
  
            NUTS: UKL17
  Internet address(es)
  
              Main address: https://www.south-wales.police.uk
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0583
 
I.1) Name and addresses
  Police and Crime Commissioner for Gwent
  Police Headquarters, Llantarnam Park Way
  Cwmbran
  NP44 3FW
  UK
  
            Telephone: +44 1633838111
  
            E-mail: procurement@gwent.police.uk
  
            NUTS: UKL2
  Internet address(es)
  
              Main address: https://www.gwent.police.uk
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0384
 
I.1) Name and addresses
  Police and Crime Commissioner for Dyfed-Powys
  Police Headquarters, PO Box 99, Llangunnor
  Carmarthen
  SA31 2PF
  UK
  
            Telephone: +44 1267226540
  
            E-mail: faye.ryan@dyfed-powys.police.uk
  
            NUTS: UKL1
  Internet address(es)
  
              Main address: http://www.dyfed-powys.police.uk
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0385
 
I.1) Name and addresses
  North Wales Police
  Force Headquarters, Glan-y-Don, Colwyn Bay
  Colwyn Bay
  LL29 8AW
  UK
  
            Telephone: +44 1492804248
  
            E-mail: procurement@northwales.police.uk
  
            NUTS: UKL
  Internet address(es)
  
              Main address: https://www.northwales.police.uk/
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0472
 
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://etenderwales.bravosolution.co.uk/home.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/home.html
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Internal Audit Services
            Reference number: JCPS0124
  II.1.2) Main CPV code
  79212000
 
  
II.1.3) Type of contract
  Services
  II.1.4) Short description
  The four Commissioners in Wales require an internal audit Service that is proactive and adds value to management within the organisation through a structured and risk-based audit needs assessment in order to form the basis of the Audit Plan each year. In short, the four Commissioners require an internal audit Service that, whilst providing the statutory assurances regarding standards of internal control, will also make a significant contribution to the improvement of management processes.  The four Commissioners require one Contractor to provide the Service.
  This is a Framework Agreement for the Services which shall be awarded by the Police and Crime Commissioner for South Wales and open to the Police and Crime Commissioners for Gwent, Dyfed Powys and North Wales.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    79212000
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    The four Commissioners in Wales (Dyfed Powys, South Wales, Gwent and North Wakes) require an internal audit Service that is proactive and adds value to management within the organisation through a structured and risk-based audit needs assessment in order to form the basis of the Audit Plan each year. In short, the four Commissioners require an internal audit Service that, whilst providing the statutory assurances regarding standards of internal control, will also make a significant contribution to the improvement of management processes.
    The Contractor will be required to provide an internal audit Service that independently examines, evaluates, and reports on the adequacy of internal controls throughout the Force as a contribution to the proper economic, efficient, and effective use of resources.  The scope of the Services shall encompass the examination and evaluation of the adequacy and effectiveness of the Commissioner’s system of internal control and the quality of performance, as agreed within the Audit Programme.
    This is a Framework Agreement for the Services which shall be awarded by the Police and Crime Commissioner for South Wales and open to the Police and Crime Commissioners for Gwent, Dyfed Powys and North Wales. The four Commissioners require one Contractor to provide the Service.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Start:
                02/09/2024
    
                End:
                01/09/2027
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Option to extend on an annual basis until 1st September 2029
    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:
  Selection criteria as stated in the procurement documents
  III.1.2) Economic and financial standing
  Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
  Selection criteria as stated in the procurement documents
 
III.2) Conditions related to the contract
  III.2.2) Contract performance conditions
  As stated in the procurement documents
 
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:
              08/04/2024
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  CY
  IV.2.7) Conditions for opening of tenders
  
              Date:
              08/04/2024
  
              Local time: 13:00
 
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
eTenderWales Ref itt_109185
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=139719
(WA Ref:139719)
VI.4) Procedures for review
  VI.4.1) Review body
  
    High Court
    Royal Courts of Justice, The Strand
    London
    WC2A 2LL
    UK
    
            Telephone: +44 2079477501
   
 
VI.5) Date of dispatch of this notice
07/03/2024