Barnet Homes Ltd: Internal Audit

  Barnet Homes Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Internal Audit
Notice type: Contract Notice
Authority: Barnet Homes Ltd
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: Our intention is to enter into a contract for services for a 3 year period from 1 July 2015 to 30 June 2018 with an optional year extension subject to spend and performance. For 2015/2016 we are seeking a provision of approximately 162 days per annum and shall cover the period from the start of the contract to 30 June 2018. Further audits to be undertaken for future years will be determined by The Audit and Risk Committee. The exact hours/days is not known at this present time. The provider shall carry out an audit using an audit schedule that is approved by the Audit & Risk Committee. The provider may be asked to address additional specific area(s) on individual audits during the course of the audit. The scope and objectives of the audits will be agreed prior to the commencement of the audit in all cases. Staff allocation will be based on experience required for a particular audit to ensure quality output.
Published: 20/01/2015 10:09
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Accounting and auditing services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      The Barnet Group Ltd, N/A
      9th Floor Barnet House, 1255 Hight Road, Whetstone, London, N20 0EJ, United Kingdom
      Tel. +44 2083594239, Email: procurement@barnethomes.org, URL: http://www.barnethomes.org/
      Contact: Rosella Ngeh

      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:
      Regional or local authority

   I.3) Main activity:
      Housing and community amenities

   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: Internal Audit
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 9

         Region Codes: UKI23 - Outer London - West and North West         
      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:
      Accounting and auditing services. Auditing services. Internal audit services. Our intention is to enter into a contract for services for a 3 year period from 1 July 2015 to 30 June 2018 with an optional year extension subject to spend and performance. For 2015/2016 we are seeking a provision of approximately 162 days per annum and shall cover the period from the start of the contract to 30 June 2018. Further audits to be undertaken for future years will be determined by The Audit and Risk Committee. The exact hours/days is not known at this present time. The provider shall carry out an audit using an audit schedule that is approved by the Audit & Risk Committee. The provider may be asked to address additional specific area(s) on individual audits during the course of the audit. The scope and objectives of the audits will be agreed prior to the commencement of the audit in all cases. Staff allocation will be based on experience required for a particular audit to ensure quality output.
         
      II.1.6)Common Procurement Vocabulary:
         79210000 - Accounting and auditing services.
         
         79212000 - Auditing services.
         
         79212200 - Internal audit 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: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Our intention is to enter into a contract for services for a 3 year period from 1 July 2015 to 30 June 2018 with an optional one year extension followed by another optional years extension subject to spend and performance.         
         Estimated value excluding VAT: 150,000
         Currency: GBP
                        
      
      II.2.2)Options: Yes
         If yes, description of these options: 3 year period from 1 July 2015 to 30 June 2018 with an optional one year extension followed by another optional years extension subject to spend and performance.                   
         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      
      Not Provided
   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:
      N/A
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      N/A
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      N/A
      
      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.

      N/A      
      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;
         (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         
         (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;
         (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.
         
         Information and formalities necessary for evaluating if requirements are met:
         N/A         
         Minimum Level(s) of standards possibly required:
         N/A      
      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: Competitive Dialogue
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 3 and maximum number: 5         
         Objective Criteria for choosing the limited number of candidates:
         Quality - 40%Price - 60%      
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes    
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated below
            Criteria - Weighting
            Qualtiy - 40
            Price - 60

      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: BG/048/2015/all      
      IV.3.2)Previous publication(s) concerning the same contract: No

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



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 11/03/2015
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      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: Yes
      Estimated timing for further notices to be published: 4-5 years
   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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Accounting-and-auditing-services./GE2P2S33T8

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/GE2P2S33T8
GO-2015120-PRO-6303218 TKR-2015120-PRO-6303217
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      N/A
      United Kingdom

      Body responsible for mediation procedures:
               N/A
         N/A, United Kingdom
         Tel. +44 2079476000

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            N/A
      N/A, United Kingdom

   VI.5) Date Of Dispatch Of This Notice: 20/01/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-London: Accounting and auditing services.

Section I: Contracting Authority
   Title: UK-London: Accounting and auditing services.
   I.1)Name, Addresses and Contact Point(s):
      The Barnet Group Ltd, N/A
      9th Floor Barnet House, 1255 Hight Road, Whetstone, London, N20 0EJ, United Kingdom
      Tel. +44 2083594239, Email: procurement@barnethomes.org, URL: http://www.barnethomes.org/
      Contact: Rosella Ngeh

   I.2)Type of the contracting authority:
      Regional or local authority

   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: Internal Audit      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 9
         
         Region Codes: UKI23 - Outer London - West and North West         
      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):
         Accounting and auditing services. Auditing services. Internal audit services. Our intention is to enter into a contract for services for a 3 year period from 1 July 2015 to 30 June 2018 with an optional year extension subject to spend and performance. For 2015/2016 we are seeking a provision of approximately 162 days per annum and shall cover the period from the start of the contract to 30 June 2018. Further audits to be undertaken for future years will be determined by The Audit and Risk Committee. The exact hours/days is not known at this present time. The provider shall carry out an audit using an audit schedule that is approved by the Audit & Risk Committee. The provider may be asked to address additional specific area(s) on individual audits during the course of the audit. The scope and objectives of the audits will be agreed prior to the commencement of the audit in all cases. Staff allocation will be based on experience required for a particular audit to ensure quality output.
      II.1.5)Common procurement vocabulary:
         79210000 - Accounting and auditing services.
         79212000 - Auditing services.
         79212200 - Internal audit 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: Competitive Dialogue
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Qualtiy - 40
         Price - 60
         
      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: BG/048/2015/all         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: 27213-2015
      
      Title: Internal Audit Service

      V.1)Date Of Contract Award: 15/06/2015      
      V.2) Information About Offers
         Number Of Offers Received: 5          
         Number Of Offers Received By Electronic Means: 5       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Mazars LLP
         Postal address: Tower Bridge House, St Katharine’s Way, London
         Town: London
         Postal code: E1W 1DD
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 285,000
            Currency: GBP

         Total final value of the contract
            Value: 285,000
            Currency: GBP
         If annual or monthly value:
            Number of years: 5
      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=148079411
GO-2015616-PRO-6684520 TKR-2015616-PRO-6684519   
   VI.3.1)Body responsible for appeal procedures:
      N/A
      United Kingdom

      Body responsible for mediation procedures:
         N/A
         N/A, United Kingdom
         Tel. +44 2079476000
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      N/A
      N/A, United Kingdom
   
   VI.4)Date Of Dispatch Of This Notice: 16/06/2015