Golding Homes is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Golding Homes - Procurement of internal and external audit and technical audit providers |
Notice type: | Contract Notice |
Authority: | Golding Homes |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Golding Homes need to appoint new internal and external auditors (and reserve the right to appoint additional technical support in relation to internal audit). This is a multi-lot framework and if appointed to external audit (Lot 1), you will not be considered for any aspect of internal audit works. |
Published: | 25/09/2020 11:31 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Golding Homes
County Gate One, Staceys Street, Maidstone, ME14 1ST, United Kingdom
Tel. +44 3007772600, Email: procurement@goldinghomes.org.uk
Main Address: www.goldinghomes.org.uk
NUTS Code: UKJ
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-Maidstone:-Accounting%2C-auditing-and-fiscal-services./74KMW39FG9
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
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Golding Homes - Procurement of internal and external audit and technical audit providers
Reference Number: Not provided
II.1.2) Main CPV Code:
79200000 - Accounting, auditing and fiscal services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Golding Homes need to appoint new internal and external auditors (and reserve the right to appoint additional technical support in relation to internal audit). This is a multi-lot framework and if appointed to external audit (Lot 1), you will not be considered for any aspect of internal audit works.
II.1.5) Estimated total value:
Value excluding VAT: 1,175,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers may apply for any number of lots, however, the Authority will only award external audit to a provider independent of any internal audit appointment. Further detail is set out in the procurement documentation.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: External Audit Services
Lot No: 1
II.2.2) Additional CPV codes:
79210000 - Accounting and auditing services.
79212000 - Auditing services.
79212300 - Statutory audit services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Golding Homes require to appoint an external audit partner to support the business for at least the next 3 years
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: 225,000
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: It is intended that this contract will be awarded for a minimum of 3 years based on performance and may be renewed in one year increments to a maximum of 6 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/74KMW39FG9
II.2) Description Lot No. 2
II.2.1) Title: Internal Audit – Generalist
Lot No: 2a
II.2.2) Additional CPV codes:
79212200 - Internal audit services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Golding Homes require an internal audit provider to support the business in providing assessment, opinion and risk management on internal controls
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: 275,000
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: It is intended that this contract will be awarded for a minimum of 3 years based on performance and may be renewed in one year increments to a maximum of 6 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
II.2) Description Lot No. 3
II.2.1) Title: Internal Audit & Technical Support – Health & Safety
Lot No: 2b
II.2.2) Additional CPV codes:
79212200 - Internal audit services.
71317210 - Health and safety consultancy services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: In addition to our generalist internal auditing services, we may also require the following ad-hoc provision:-
Consulting Services - Advisory and related client service activities, the nature and scope of which are subject to agreement with the client, are intended to add value and improve an organisation’s governance, risk management and control processes without the internal auditor assuming management responsibility. Examples include counsel, advice, facilitation and training and deep dive audit services
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: 150,000
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: It is intended that this contract will be awarded for a minimum of 3 years based on performance and may be renewed in one year increments to a maximum of 6 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
II.2) Description Lot No. 4
II.2.1) Title: Internal Audit & Technical Support – Technical Assurance/Compliance
Lot No: Lot 2c
II.2.2) Additional CPV codes:
79212200 - Internal audit services.
72225000 - System quality assurance assessment and review services.
72221000 - Business analysis consultancy services.
79400000 - Business and management consultancy and related services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: In addition to our generalist internal auditing services, we may also require the following ad-hoc provision:-
Consulting Services - Advisory and related client service activities, the nature and scope of which are subject to agreement with the client, are intended to add value and improve an organisation’s governance, risk management and control processes without the internal auditor assuming management responsibility. Examples include counsel, advice, facilitation and training and deep dive audit services
Specialist assurance across activities in all operating areas from Operations, Development, and Corporate Services e.g. Rents
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: 150,000
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: It is intended that this contract will be awarded for a minimum of 3 years based on performance and may be renewed in one year increments to a maximum of 6 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
II.2) Description Lot No. 5
II.2.1) Title: Internal Audit & Technical Support – Technology & Data
Lot No: Lot 2d
II.2.2) Additional CPV codes:
79212200 - Internal audit services.
72000000 - IT services: consulting, software development, Internet and support.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: In addition to our generalist internal auditing services, we may also require the following ad-hoc provision:-
Consulting Services - Advisory and related client service activities, the nature and scope of which are subject to agreement with the client, are intended to add value and improve an organisation’s governance, risk management and control processes without the internal auditor assuming management responsibility. Examples include counsel, advice, facilitation and training and deep dive audit services
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: 150,000
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: It is intended that this contract will be awarded for a minimum of 3 years based on performance and may be renewed in one year increments to a maximum of 6 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
II.2) Description Lot No. 6
II.2.1) Title: Internal Audit & Technical Support – Regulation including bribery, GDPR, insurance and procurement
Lot No: Lot 2e
II.2.2) Additional CPV codes:
79212200 - Internal audit services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: In addition to our generalist internal auditing services, we may also require the following ad-hoc provision:-
Consulting Services - Advisory and related client service activities, the nature and scope of which are subject to agreement with the client, are intended to add value and improve an organisation’s governance, risk management and control processes without the internal auditor assuming management responsibility. Examples include counsel, advice, facilitation and training and deep dive audit services including, but not withstanding; Procurement fraud; Procurement compliance reviews for different contract values; Contract management reviews and recommendations; insurance and GDPR
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: 150,000
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: It is intended that this contract will be awarded for a minimum of 3 years based on performance and may be renewed in one year increments to a maximum of 6 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:
As per procurement documents
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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
As per procurement documentation
III.2.2) Contract performance conditions
As per procurement documentation
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: Yes
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: To align with strategic and corporate plans. Please note, Lot 1 and Lot 2a are single provider appointments while Lots 2b - 2e are multi provider frameworks.
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2020/S 131 - 322258
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/10/2020 Time: 13:00
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:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 16/10/2020
Time: 13:00
Place:
Electronically
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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-Maidstone:-Accounting%2C-auditing-and-fiscal-services./74KMW39FG9
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/74KMW39FG9
VI.4) Procedures for review
VI.4.1) Review body:
Golding Homes
County Gate One, Staceys Street, Maidstone, ME14 1ST, United Kingdom
Tel. +44 3007772600, Email: procurement@goldinghomes.org.uk
Internet address: www.goldinghomes.org.uk
VI.4.2) Body responsible for mediation procedures:
Centre for effective dispute resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Golding Homes will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by Golding Homes as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015, Regulations 85 and 86 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
Internet address: www.cabinetoffice.gov.uk
VI.5) Date Of Dispatch Of This Notice: 25/09/2020
Annex A