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 commission’s 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 12 reviews per year of individual NAO products (number to be shared between the successful suppliers). 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: | 15/03/2018 16:32 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
National Audit Office
157-197 Buckingham Palace Road, Victoria, SW1W 9SP, United Kingdom
Tel. +44 2077987000, Email: Z3-Procurement@nao.gsi.gov.uk
Contact: Z3-Procurement@nao.gsi.gov.uk
Main Address: http://www.nao.org.uk, Address of the buyer profile: http://nao.g2b.info/
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: http://www.delta-esourcing.com/tenders/UK-UK-Victoria:-Business-and-management-consultancy-and-related-services./ZAXWZ82RTX
Additional information can be obtained from: address as in Annex A.I:
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com 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
Body governed by public law
I.5) Main activity
Economic and financial affairs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: External quality reviews
Reference Number: GEN_17_21
II.1.2) Main CPV Code:
79400000 - Business and management consultancy and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: As part of its quality assurance arrangements the NAO commission’s 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 12 reviews per year of individual NAO products (number to be shared between the successful suppliers).
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: 500,000
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 commission’s 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 range and variety of types of our outputs is continually evolving. Over the life of the contract the NAO is expecting to develop further the range of VFM products it produces. This is so the NAO can ensure it continues to be best placed to promote accountability, meet the needs of Parliament and help improve public services at a time when they face unprecedented challenges. The non-financial audit and VFM quality assurance arrangements may need to develop at the same time to ensure they remain fit for purpose. In the light of this, the service providers will need to take a flexible approach to fulfilling the requirements of the contract and will need to respond effectively to feedback provided by the NAO.
The NAO requires the following quality reviews to be carried out:
• a total of 12 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 4-6 (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.
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: 500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: The contract may be extended for a further period or periods of up to 2 years (1 + 1).
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
Selection criteria as stated in the procurement documents
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
Selection criteria as stated in the procurement documents
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/04/2018 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: 16/04/2018
Time: 12:05
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4.5 years if extension option of a further 2 years is utilised
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
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:-Business-and-management-consultancy-and-related-services./ZAXWZ82RTX
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/ZAXWZ82RTX
VI.4) Procedures for review
VI.4.1) Review body:
National Audit Office
157-197 Buckngham Palace Road, Victoria, London, SW1W 9SP, United States Minor Outlying Islands
Email: Z3-Procurement@nao.gsi.gov.uk
Internet address: http://www.nao.org.uk
VI.4.2) Body responsible for mediation procedures:
National Audit Office
157-197 Buckingham Palace Road, Victoria, United Kingdom
Tel. +44 2077987000, Email: Z3-Procurement@nao.gsi.gov.uk
Internet address: http://www.nao.org.uk
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:
National Audit Office
157-197 Buckingham Palace Road, Victoria, SW1W9SP, United States Minor Outlying Islands
Tel. +44 2077987000, Email: Z3-Procurement@nao.gsi.gov.uk
Internet address: http://www.nao.org.uk
VI.5) Date Of Dispatch Of This Notice: 15/03/2018
Annex A
I) Addresses and contact points from which further information can be obtained:
National Audit Office
157-197 Buckingham Palace Road, Victoria, SW1W 9SP, United Kingdom
Tel. +44 2077987000, Email: Z3-Procurement@nao.gsi.gov.uk
Contact: Central Procurement Team (CPT)
Main Address: http://www.nao.org.uk, Address of the buyer profile: http://nao.g2b.info/index.htm
NUTS Code: UK
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
National Audit Office
157-197 Buckingham Palace Road, Victoria, SW1W 9SP, United Kingdom
Tel. +44 2077987000, Email: Z3-Procurement@nao.gsi.gov.uk
Contact: Z3-Procurement@nao.gsi.gov.uk
Main Address: http://www.nao.org.uk, Address of the buyer profile: http://nao.g2b.info/
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Economic and financial affairs
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: External quality reviews
Reference number: GEN_17_21
II.1.2) Main CPV code:
79400000 - Business and management consultancy and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: As part of its quality assurance arrangements the NAO commission’s 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 12 reviews per year of individual NAO products (number to be shared between the successful suppliers).
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.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: As part of its quality assurance arrangements the NAO commission’s 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 12 reviews per year of individual NAO products (number to be shared between the successful suppliers). 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.2.5) Award criteria:
Price - Weighting: 10
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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
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
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: GEN17_21
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=335152818
VI.4) Procedures for review
VI.4.1) Review body
National Audit Office
157-197 Buckngham Palace Road, Victoria, London, SW1W 9SP, United Kingdom
Tel. +44 7987000, Email: Z3-Procurement@nao.gsi.gov.uk
Internet address: http://www.nao.org.uk
VI.4.2) Body responsible for mediation procedures
National Audit Office
157-197 Buckingham Palace Road, Victoria, SW1W9SP, United Kingdom
Tel. +44 2077987000, Email: Z3-Procurement@nao.gsi.gov.uk
Internet address: http://www.nao.org.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
National Audit Office
157-197 Buckingham Palace Road, Victoria, SW1W9SP, United Kingdom
Tel. +44 2077987000, Email: Z3-Procurement@nao.gsi.gov.uk
Internet address: http://www.nao.org.uk
VI.5) Date of dispatch of this notice: 14/08/2018