UK-Castleford: internal audit services

Source By: http://www.theconstructionindex.co.uk/

UK-Castleford: internal audit services

Directive 2004/18/EC

Section I: Contracting authority

I.1) Name, addresses and contact point(s)

For the attention of: Telephone: E-mail: Fax: South West Yorkshire Partnership NHS Foundation Trust Castleford, Normanton & District Hospital Hightown Lumley Street Tony Cooper WF10 5LT Castleford UNITED KINGDOM +44 1977628036 tony.cooper@swyt.nhs.uk +44 1977628029Further information can be obtained from: The above mentioned contact point(s) Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s) Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2) Type of the contracting authority

Regional or local authority

I.3) Main activity

Health

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:

Contract for the Provision of Internal Audit Services.

II.1.2) Type of contract and location of works, place of delivery or of performance

Services Service category No 9: Accounting, auditing and bookkeeping services Main site or location of works, place of delivery or of performance: South West Yorkshire Partnership NHS Foundation Trust. NUTS code UKE43 Calderdale UKE31 Barnsley

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

The notice involves a public contract

II.1.4) Information on framework agreement

II.1.5) Short description of the contract or purchase(s)

Contract for the Provision of Internal Audit Services to the South West Yorkshire Partnership NHS Foundation Trust.

II.1.6) Common procurement vocabulary (CPV)

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: no

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

Internal Audit Services for the South West Yorkshire Partnership NHS Foundation Trust.

II.2.2) Information about options

II.2.3) Information about renewals

II.3) Duration of the contract or time limit for completion

Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Joint and several liability.

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

Information and formalities necessary for evaluating if the requirements are met: Appropriate statements from the service provider’s banker’s and evidence of relevant risk of indemnity insurance. A list of all major contracts won and their value to the public and private health organisations in the past 3 years. The audited accounts relating to the business of the service provider, or confirmation of their inclusion on the Government Procurement Services eSID (Supplier Information Database). Copies of certificates of enrolment on the professional or trade register laid down by the laws of the member state in which he is established; for instance on the Register of Companies in the United Kingdom and Ireland or declaration or solemn declaration.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: Statement of the overall turnover of the business of the service provider and the turnover in respect of the provision of services of the type to be provided under the proposed services contract in the providers 3 previous years: a) appropriate statement from bankers; b) the audited service providers/suppliers account for the last 3 years; c) a company profile including suppliers overall turnover on like contracts for the 3 previous financial years, number of staff, location of business, and likely use of sub contractors – 4 pages maximum.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements are met: A list of up to 5 major contracts won by the supplier in the last 3 years for the provision of this type of service – 5 pages maximum: a) The name of each customer and contract value; b) Scope and nature of the service provided. Summary information about the products and or services which the contractor might supply to meet the requirement. A description of the organisations technical facilities, its measures for quality and its study and research facilities. Indication of the technicians or technical bodies involved, whether belonging directly to the organisation, especially those responsible for quality control. Certificates drawn up by quality-control institutes or agencies recognised competence attesting conformity to certain specifications or standards of products identified by references to specifications or standards. Indication of arrangements for quality checks on the suppliers premises.

III.2.4) Information about reserved contracts

III.3) Conditions specific to services contracts

III.3.1) Information about a particular profession

Execution of the service is reserved to a particular profession: yes Reference to the relevant law, regulation or administrative provision: Qualified / Certified Financial Audit Providers.

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: yes

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 3: and maximum number 6 Objective criteria for choosing the limited number of candidates: Evidence of the organisation currently providing a similar service to an NHS Foundation Trust and the full completion of a PQQ (dependant on the number of OJEU expressions of interest).

IV.1.3) Reduction of the number of operators during the negotiation or dialogue

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:

T0590

IV.3.2) Previous publication(s) concerning the same contract

no

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

Time limit for receipt of requests for documents or for accessing documents: 17.2.2012 – 17:00 Payable documents: no

IV.3.4) Time limit for receipt of tenders or requests to participate

17.2.2012 – 17:00

IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

IV.3.6) Language(s) in which tenders or requests to participate may be drawn up

English.

IV.3.7) Minimum time frame during which the tenderer must maintain the tender

IV.3.8) Conditions for opening tenders

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: no

VI.2) Information about European Union funds

VI.3) Additional information

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

VI.4.2) Lodging of appeals

VI.4.3) Service from which information about the lodging of appeals may be obtained

VI.5) Date of dispatch of this notice:

11.1.2012

Comments are closed.

Sites