CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Government Internal Audit Agency (Acting on behalf of HM Treasury) |
1 Horse Guards Road |
London |
SW1A 2HQ |
UK |
Agent (for the purposes of this procurement only) Crown Commercial Service. For the attention of Managed Contracts
|
+44 3450103503 |
supplier@crowncommercial.gov.uk |
|
http://www.gov.uk/government/organisations/hm-treasury
http://gpsesourcing.cabinetoffice.gov.uk
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
Public Procurement |
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityInternal Audit Services for Government Internal Audit Agency (GIAA). |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract27 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Primarily in the UK with some limited requirements overseas.
UK |
II.1.3)
|
This notice involves
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
Number of participants to the framework agreement envisaged12 |
|
Duration of the framework agreement36 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Government Internal Audit Agency (GIAA) (referred to hereafter as the Authority requires external expertise and flexible support to assist in the delivery of internal audit and related assurance services.
Government Internal Audit Agency (GIAA) (Authority) on behalf of HM Treasury (HMT) is seeking to establish a Framework Agreement for the provision of Internal Audit Services for GIAA and other UK Central Government Departments and their Arms Length Bodies (ALB's), for an initial period of 3 (three) years with the option to extend for a further 1 (one) year period.
The primary objective of the procurement is to combine the knowledge and expertise of GIAA with that of the successful third party providers in an effective, efficient and economic way. In addition, Suppliers shall provide advice to GIAA on best practice and up to date technology and techniques and the further enhancement of GIAA and of its audit methodology. HMT aims to deliver the best possible Internal Audit Service to its Central Government clients. There are five key (but not exclusive) scenarios for calling off work:
— Full annual internal audit;
— Specialist work;
— Individual time-limited work.
Thematic work, for example across the UK or across client entities. Work may be called off in the form of single pieces of work or multiple orders. Suppliers shall note that they will be required to provide services overseas under this Framework Agreement.
A detailed description of the Services that the Potential Provider will be required to supply under this Framework Agreement are set out in full in Part A (Services) of Framework Schedule 2 of the ITT.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
79212200 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
 |
|
 |
|
 |
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThis Procurement is being managed and facilitated by Crown Commercial Service (CCS) (referred to as the Agent). The Agent is acting on behalf of the Contracting Authority throughout the procurement process. The Internal Audit Services Framework Agreement will be between the successful suppliers and the Contracting Authority, not the Agent.
This Framework Agreement shall be divided into 3 Lots, which are further described in Annex B of this Contract Notice.
The Authority and other Central Government Departments require external expertise and flexible resource to assist in the delivery of internal audit and related assurance and advisory services. Resource will be required to fill gaps in existing GIAA expertise at short notice, a flexible responsive approach is therefore essential.
Services required will include the provision of effective skills transfer, advice and services; including industry leading skills and expertise to supplement the capabilities of the in-house teams in the following primary areas which are detailed in Part A (Services) of Framework Agreement Schedule 2.
The services required within the Framework Agreement may also involve the review of private sector contractors providing services to the public sector, for example a shared payroll service and other transactional shared services. The Services may also involve the statutory investigations of local government on behalf of central government (but not the external audit of annual financial statements).
Suppliers shall be contractually required to transfer knowledge and skills to GIAA and this should cover all potential geographical locations, including the UK and Overseas (if applicable) as specified by the Authority in the Lotting structures. Staff assigned to complete audit services will require the appropriate levels of security vetting.
A significant element of the work will be to support the requirement to deliver an annual Internal Audit Opinion on the adequacy and effectiveness of the client organisation's framework of governance, risk management and control. |
|
1 000 00060 000 000 GBP |
II.2.2)
|
OptionsThe Framework Agreement will be awarded for an initial term of 36 months with an option to extend for a further period of 12 (twelve) months. The extension will be exercised at the sole discretion of the Authority. |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion36 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
Potential Providers will be advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be required by the Authority if considered appropriate.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
No special legal form is required but if a contract is awarded to a Group of Economic Operators, the Authority may require the Group of Economic Operators to form a legal entity before entering into the Framework Agreement.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
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; Potential Providers will be assessed in accordance with Section 5 of Chapter 2 of the Public Contracts Regulations 2015, as amended (implementing Title II, Chapter III, Section 3, Sub-section I of Directive 2014/24/EU), on the basis of information provided in response to an Invitation to Tender (‘ITT’).
This procurement will be managed electronically via the Agents e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at https://www.gov.uk/government/publications/become-a-crown-commercial-service-supplier/becoming-a-supplier-through-the-crown-commercial-service-what-you-need-to-know
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing expressionofinterest@crowncommercial.gov.uk.
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The Agent will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: eenablement@crowncommercial.gov.uk
Responses must be published by the date in IV.3.4.
|
III.2.2)
|
Economic and financial capacity
Candidates will be assessed on the basis of information provided in response to an ITT.
The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1
The Agent may take into account any of the following information:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of financial statements or extracts from the financial statements where the position of financial statements 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.2.3)
|
Technical capacity
Candidates will be assessed in accordance with Section 5 of the Regulations implementing the Directive, on the basis of information provided in response to an ITT. The Agent may take into account the following information:
(a) the following lists:
(i) a list of the principal deliveries effected or the main services provided over at the most the past 3 years, with the sums, dates and recipients, whether public or private, involved. Where necessary in order to ensure an adequate level of competition, contracting authorities may indicate that evidence of relevant supplies or services delivered or performed more than 3 years before will be taken into account;
(b) 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 Supplier can call in order to carry out the work. The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1.
|
III.2.4)
|
Reserved contracts
|
 |
|
 |
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? Yes
The Supplier shall ensure they have access to sufficient number of appropriately qualified and experienced staff, whom must satisfy the professional qualifications criteria — i.e. that all staff employed on work under any Call Off Contract are full members of Member of the Institute of Internal Auditors (MIIA), a Consultative Committee of Accountancy Bodies (CCAB) Authority, Chartered Institute of Management Accountants (CIMA) or equivalent, and have specialist qualifications where relevant to specialist services. |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? Yes |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
 |
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
No
|
|
Yes
|
|
|
|
Quality |
70 |
|
Pricing |
30 |
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
RM4167
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
 |
|
 |
2014/S 227-401074 25-11-2014
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 08-06-2015
13:59
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 08-06-2015
14:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
8-6-2015
14:01 Electronically via web based portal.
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
Potential Providers should note that, in accordance with the UK Government's policies on transparency, the Agent intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of the Agent. The terms of the proposed Framework Agreement will also permit a public sector Contracting Authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redaction's at the discretion of the Contracting Authority. Further information in transparency can be found at:http://ccs.cabinetoffice.gov.uk/about-government-procurement-service/transparency-and-accountability/ transparency-procurement.
The Agent expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Authority be liable for any costs incurred by the candidates. If the Authority decides to enter into a Framework Agreement with the Potential Providers, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Potential Providers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the Potential Provider and the specific requesting other Contracting Authority(s). The Authority and other Contracting Authority(s) utilising the Framework reserve the right to use any electronic portal during the life of the agreement. The duration referenced in Section II.1.4 is for the placing of orders.
The value provided in Section II.1.4 is only an estimate. We cannot guarantee to Potential Providers any business through this Framework Agreement.
In further reference to Section II.1.4, where the maximum number of participants envisaged is stated as 12 for the Framework Agreement, the breakdown for each Lot is as follows:
Lot 1 — 6 Suppliers, Lot 2 — 3 Suppliers, Lot 3 — 3 Suppliers
The number of Suppliers awarded in each Lot may increase only where two or more Potential Providers have tied scores and are placed in the last position in respect of each Lot. The Agent will award a Framework Agreement to additional Potential Providers where their Final Score is within 1 % of the original awarded last place position only. For the avoidance of doubt, last position is 6th for Lot 1, 3rd for Lot 2 and 3rd for Lot 3.
Potential Providers have the opportunity to bid for all or any combination of Lots, however the Agent reserves the right to award each Lot separately.
For the Authority to conclude a Framework Agreement with the Potential Provider, it will be essential for the Potential Provider to meet the requirements of the Cyber Essentials Scheme, introduced in June 2014.
This scheme defines a set of controls which, when properly implemented, provides organisations with basic protection from the most prevalent forms of threat that come from the internet.
Potential Providers can view the details of the Cyber Essentials Scheme at:
https://www.gov.uk/government/publications/cyber-essentials-scheme-overview
From 1.10.2014, suppliers must be compliant with the new Cyber Essentials controls if bidding for government contracts which involve the handling of sensitive and personal information and the provision of certain technical products and services. The easiest way to demonstrate that the Cyber Essentials requirements are met is to gain the Cyber Essentials certificate. The Cyber Essentials Assurance Framework, leading to the award of Cyber Essentials and Cyber Essentials Plus certificates for organisations, has been designed in consultation with SMEs, including the Federation for Small Business, to be ‘lighttouch' and achievable at low cost. The two options give organisations a choice over the level of assurance they wish to gain and the cost of doing so. This scheme offers the right balance between providing additional assurance of an organisation's commitment to implementing cyber security to third parties, while retaining a simple and low cost mechanism for doing so. The need to meet the requirements of the Cyber Essentials Scheme will extend to Sub-Contractors of the Supplier where such Sub-Contractors are involved, on behalf of the Supplier, in the handling of sensitive and personal information and the provision of certain technical products and services. The Supplier and any Sub-Contractors will need to renew their evidence of Cyber Essentials compliance at least annually. Please refer to the ITT and its attachments for further information relating to Cyber Essentials.
The Authority wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):
UK central government bodies including departments, their executive agencies and non-department public bodies and any other public body classified as ‘central government’ from time-to-time by UK government classification guidance. As at the publication of this Contract Notice the latest list of UK central government bodies can be found in the Office for National Statistics' Public Sector Classification Guide — April 2015 (see the ‘Central Government’ worksheet in the ‘Public Sector Classification Guide — April 2015' spreadsheet found at http://www.ons.gov.uk/ons/publications/re-reference-tables.html?edition=tcm%3A77-391123
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 08-05-2015 |
|
ANNEX B
Information About Lots
|
1
Core Internal Audit Services, including Advisory Services (UK and Overseas): |
1)
|
Short Description
The provision of internal audit and advisory services for GIAA and other UK Central Government Departments, including the delivery of a complete annual programme of work and opinion, in the following areas:
— IT assurance (other than ‘IT deep specialisms' listed below);
— Financial Modelling;
— Other Modelling;
— Human Resources;
— Facilities Management;
— Finance, Accounting, Shared Services:
— Finance;
— Payroll shared services;
— Including shared services assurance reporting;
— Corporate social responsibility and sustainability;
— Specific statutory audits of local government, on behalf of central government (not external audit), including under the Secretary of State's powers related to section 10 of the Local Government Act 1999 (as amended);
— Advisory work linked to and usually contributing to the annual internal audit opinion;
— Other internal audit services;
— Other assurance and similar risk advisory services;
— IT Deep specialisms (including advisory work):
— Cyber security;
— Digital;
— Agile Development;
— Other specialist IT;
— Commercial:;
— Contracting and procurement;
— Supply chain management;
— Complex operating systems;
— Spread sheet and modelling audits work, including data modelling and analysis;
— Programme Management:
— Project and Programme management;
— Change management;
— Development of GIAA:
— Setting direction of GIAA;
— Development of GIAA staff;
— Best practice approaches to the delivery of services.
Work will include: providing advice on an ad hoc basis to GIAA and Arms Length Authorities of each Department on quality assurance, audit tools and techniques, technical updates, change management in an audit context and audit management. Work may be allocated on the basis of themes.
— Client specific development, within framework of GIAA strategy.
— Each supplier contracted to provide lot 1 services may also be asked to provide client specific skills transfer, such as for a departmental group or similar clients, such as regulators.
— Client development for internal audit services outside GIAA.
— Specialism development:
— Each supplier contracted to provide services under this lot will also be required to provide knowledge and skills transfer to develop GIAA specialisms, in particular on Programme Management and Commercial work.
— Secondments:
In addition suppliers may be asked to provide secondees to GIAA and other central government authorities, at rates not more than the established rate cards for the Lot, and accept secondees from the contracting Authorities.
All work undertaken shall be in accordance with GIAA standards Public Sector Internal Audit Standards http://www.cipfa.org/policy-and-guidance/standards/public-sector-internal-audit-standards and GIAA methodology or the methology of the relevant commissioner.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
79212200 |
|
|
|
|
|
3)
|
Quantity or scope
Services required will include the provision of effective skills transfer, advice and services; including industry leading skills and expertise to supplement the capabilities of the in-house teams in the following primary areas which are detailed in Part A (Services) of Framework Agreement Schedule 2.
The services required within this Framework Agreement may also involve the review of private sector contractors providing services to the public sector, for example a shared payroll service and other transactional shared services. The Services may also involve the statutory investigations of local government on behalf of central government (but not the external audit of annual financial statements).
Suppliers shall be contractually required to transfer knowledge and skills to GIAA and this should cover all potential geographical locations, including the UK and Overseas (if applicable) as specified by the Authority in the Lotting structures. Staff assigned to complete audit services will require the appropriate levels of security vetting.
A significant element of the work will be to support the requirement to deliver an annual Internal Audit Opinion on the adequacy and effectiveness of the client organisation's framework of governance, risk management and control.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
2
Forensic Work (UK and Overseas): |
1)
|
Short Description
The provision of internal audit and advisory services for GIAA and other UK central government internal audit and related services, including the delivery of a complete annual programme of work and opinion, in the following areas:
— Fraud audits.
— Advice and investigations.
— Specialism development:
— Each supplier contracted to provide services under this lot will also be required to provide knowledge and skills transfer to develop GIAA specialisms.
— Secondments:
In addition suppliers may be asked to provide secondees to GIAA and other central government authorities, at rates not more than the established rate cards for the Lot, and accept secondees from the contracting Authorities.
All work undertaken shall be in accordance with Public Sector Internal Audit Standards http://www.cipfa.org/policy-and-guidance/standards/public-sector-internal-audit-standards and GIAA methodology or the methology of the relevant commissioner.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
79212200 |
|
|
|
|
|
3)
|
Quantity or scope
Services required will include the provision of effective skills transfer, advice and services; including industry leading skills and expertise to supplement the capabilities of the in-house teams in the following primary areas which are detailed in Part A (Services) of Framework Agreement Schedule 2.
The services required within this Framework Agreement may also involve the review of private sector contractors providing services to the public sector, for example a shared payroll service and other transactional shared services. The Services may also involve the statutory investigations of local government on behalf of central government (but not the external audit of annual financial statements).
Suppliers shall be contractually required to transfer knowledge and skills to GIAA and this should cover all potential geographical locations, including the UK and Overseas (if applicable) as specified by the Authority in the Lotting structures. Staff assigned to complete audit services will require the appropriate levels of security vetting.
A significant element of the work will be to support the requirement to deliver an annual Internal Audit Opinion on the adequacy and effectiveness of the client organisation's framework of governance, risk management and control.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
3
Regulatory Services, including Advisory Work (UK and Overseas): |
1)
|
Short Description
The provision of internal audit and advisory services for GIAA and other UK central government internal audit and related services in the following areas:
— EU Regulations and their audit.
— Banking and financial services.
— Banking and financial services Regulations.
— Specialism development:
— Each supplier contracted to provide services under this lot will also be required to provide knowledge and skills transfer to develop GIAA specialisms.
— Secondments:
In addition suppliers may be asked to provide secondees to GIAA and other central government authorities, at rates not more than the established rate cards for the Lot, and accept secondees from the contracting Authorities.
All work undertaken shall be in accordance with GIAA standards Public Sector Internal Audit Standards http://www.cipfa.org/policy-and-guidance/standards/public-sector-internal-audit-standards and GIAA methodology or the methology of the relevant commissioner.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
79212200 |
|
|
|
|
|
3)
|
Quantity or scope
Services required will include the provision of effective skills transfer, advice and services; including industry leading skills and expertise to supplement the capabilities of the in-house teams in the following primary areas which are detailed in Part A (Services) of Framework Agreement Schedule 2.
The services required within this Framework Agreement may also involve the review of private sector contractors providing services to the public sector, for example a shared payroll service and other transactional shared services. The Services may also involve the statutory investigations of local government on behalf of central government (but not the external audit of annual financial statements).
Suppliers shall be contractually required to transfer knowledge and skills to GIAA and this should cover all potential geographical locations, including the UK and Overseas (if applicable) as specified by the Authority in the Lotting structures. Staff assigned to complete audit services will require the appropriate levels of security vetting.
A significant element of the work will be to support the requirement to deliver an annual Internal Audit Opinion on the adequacy and effectiveness of the client organisation's framework of governance, risk management and control.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|