Securitas Security Personnel Ltd: Provision of Internal Audit Services

  Securitas Security Personnel Ltd has published this notice through Delta eSourcing

Notice Summary
Title: Provision of Internal Audit Services
Notice type: Contract Notice
Authority: Securitas Security Personnel Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: 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 (three years in the first instance with the option of up to two years extension) with effect from 1 August 2015. The appointment would be subject to the continued satisfactory performance by the successful service provider. Requirement Overview: 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
Published: 17/12/2014 12:43

View Full Notice

UK-Pontypridd: Internal audit services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      University of South Wales
      Llantwit Road, Treforest, Pontypridd, CF37 1DL, United Kingdom
      Tel. +44 1443482383, Fax. +443 1443482384, Email: procurement@southwales.ac.uk
      Contact: Tina Struebig/Sharon Jenkins, Attn: Tina Struebig/Sharon Jenkins

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Other: Higher Education

   I.3) Main activity:
      Education

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Provision of Internal Audit Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 9

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Internal audit services. Accounting, auditing and fiscal services. Accounting and auditing services. Auditing services. Financial auditing services. 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 (three years in the first instance with the option of up to two years extension) with effect from 1 August 2015. The appointment would be subject to the continued satisfactory performance by the successful service provider. Requirement Overview: 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.1.6)Common Procurement Vocabulary:
         79212200 - Internal audit services.
         
         79200000 - Accounting, auditing and fiscal services.
         
         79210000 - Accounting and auditing services.
         
         79212000 - Auditing services.
         
         79212100 - Financial auditing services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Managing the internal audit activity •Nature of work •Engagement Planning •Performing the engagement •Communicating Results •Monitoring progress •Communicating the Acceptance of Risks      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 03/08/2015
         Completion: 31/07/2018

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         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.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         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.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (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 three 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
         Technical capacity - means of proof required         
         (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 three 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 three 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.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5 and maximum number: 8   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: 1398/tjs      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 23/01/2015
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 20/02/2015      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=123615863
GO-20141217-PRO-6235925 TKR-20141217-PRO-6235924
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      University of South Wales
      Procurement, Treforest, Pontypridd, CF37 1DL, United Kingdom
      Tel. +443 1443482385

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 17/12/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-Pontypridd: Internal audit services.

Section I: Contracting Authority
   Title: UK-Pontypridd: Internal audit services.
   I.1)Name, Addresses and Contact Point(s):
      University of South Wales
      Llantwit Road, Treforest, Pontypridd, CF37 1DL, United Kingdom
      Tel. +44 1443482383, Fax. +443 1443482384, Email: procurement@southwales.ac.uk
      Contact: Tina Struebig/Sharon Jenkins, Attn: Tina Struebig/Sharon Jenkins

   I.2)Type of the contracting authority:
      Other: Higher Education

   I.3) Main activity:
      Not Provided

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Provision of Internal Audit Services      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 9
         
         Region Codes: UK - UNITED KINGDOM         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Internal audit services. Accounting, auditing and fiscal services. Accounting and auditing services. Auditing services. Financial auditing services. 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 (three years in the first instance with the option of up to two years extension) with effect from 1 August 2015. The appointment would be subject to the continued satisfactory performance by the successful service provider. Requirement Overview: 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.1.5)Common procurement vocabulary:
         79212200 - Internal audit services.
         79200000 - Accounting, auditing and fiscal services.
         79210000 - Accounting and auditing services.
         79212000 - Auditing services.
         79212100 - Financial auditing services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Cost/cost certainty and value for money - 25
         Quality of audit process - 25
         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 - 20
         Relationship Management - 10
         Interview/Presentation - 15
         Terms and Conditions - 5
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: 1398/tjs         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 15/05/2015      
      V.2) Information About Offers
         Number Of Offers Received: 5          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Deloitte LLP
         Postal address: 5 Callaghan Square
         Town: Cardiff
         Postal code: CF10 5BT
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Total final value of the contract
            Lowest offer: 62,042 /Highest offer: 81,600
            Currency: GBP
         If annual or monthly value:
            Number of months: 36
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=147415812
GO-2015612-PRO-6676042 TKR-2015612-PRO-6676041   
   VI.3.1)Body responsible for appeal procedures:
      University of South Wales
      Procurement, Treforest, Pontypridd, CF37 1DL, United Kingdom
      Tel. +443 1443482385
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 12/06/2015