National Audit Office is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | External Quality Reviews |
Notice type: | Contract Notice |
Authority: | National Audit Office |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | As part of its quality assurance arrangements the NAO commissions independent quality assurance reviews of the technical rigour, methodological robustness, quality of argumentation and presentation of evidence in its published non-financial audit and VFM reports. Examples of reports are available on our website www.nao.org.uk. The NAO requires the following quality reviews to be carried out: A total of 20 reviews per year of individual NAO products (number to be shared between the successful suppliers) and a summary organisational review annually. The NAO intends to award two or three contracts for this quality assurance work, the exact allocation of which products to be reviewed will be at the discretion of the NAO. |
Published: | 09/02/2023 12:56 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
National Audit Office (NAO)
157-197 Buckingham Palace Road, Victoria, SW1W 9SP, United Kingdom
Tel. +44 2077987000, Email: nao.procurement@nao.org.uk
Contact: Central Procurement Team
Main Address: https://www.nao.org.uk
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Victoria:-Research-and-development-services-and-related-consultancy-services./4KUXAM578J
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Body governed by public law
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: External Quality Reviews
Reference Number: GEN_22_102
II.1.2) Main CPV Code:
73000000 - Research and development services and related consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: As part of its quality assurance arrangements the NAO commissions independent quality assurance reviews of the technical rigour, methodological robustness, quality of argumentation and presentation of evidence in its published non-financial audit and VFM reports. Examples of reports are available on our website www.nao.org.uk. The NAO requires the following quality reviews to be carried out: A total of 20 reviews per year of individual NAO products (number to be shared between the successful suppliers) and a summary organisational review annually. The NAO intends to award two or three contracts for this quality assurance work, the exact allocation of which products to be reviewed will be at the discretion of the NAO.
II.1.5) Estimated total value:
Value excluding VAT: 600,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: As part of its quality assurance arrangements the NAO commissions independent quality assurance reviews of the technical rigour, methodological robustness, quality of argumentation and presentation of evidence in its VFM reports and other publications. Examples of reports are available on our website www.nao.org.uk. The range and variety of types of our outputs is continually evolving. The NAO continues to develop the range of products that it produces in order meet the needs of Parliament, and to make best use of its knowledge. Over the period of the contract, further changes to the style, content and structure of reports may be made and service providers will need to engage with the NAO in order to respond to changes to criteria. The NAO requires the following quality reviews to be carried out: • a total of 20 reviews per year of individual NAO products (number to be shared between the successful suppliers). Reviews of individual NAO products - these reviews generate a written report, commenting against an agreed set of criteria, within four weeks from receipt by you of an electronic version of the NAO draft report. The NAO intends to award two or three contracts for this quality assurance work, the exact allocation of which products to be reviewed will be at the discretion of the NAO. Each contract will consist of product reviews of 6-10 (depending on number of successful suppliers, minimum of 2, maximum of 3 suppliers) published non financial audit products per year, plus or minus 1, within four weeks of receiving each one, using an agreed set of evaluative criteria. In addition each contractor will be expected to complete an overall organisational review every year based on what they have learnt and seen in the NAO’s work. The Contractor will be required to conduct reviews of individual NAO products working to an agreed set of evaluative criteria and to discuss conclusions of the reviews with NAO study teams and senior staff as required.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals: This is an ongoing requirement for the NAO and we will consider our procurement options for retendering or extending the contract in advance of the expiry of the initial contract period ( 3 years).
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2023/S 000 - 000404
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/03/2023 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 16/03/2023
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2028
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Victoria:-Research-and-development-services-and-related-consultancy-services./4KUXAM578J
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4KUXAM578J
VI.4) Procedures for review
VI.4.1) Review body:
National Audit Office
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 09/02/2023
Annex A