Section one: Contracting authority
one.1) Name and addresses
UNIVERSITY OF DERBY
Kedleston Road
DERBY
DE221GB
Contact
Denise China
Telephone
+44 1332592004
Country
United Kingdom
NUTS code
UKF - East Midlands (England)
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.derby.ac.uk/services/finance/procurement-suppliers-and-tendering/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ehih.fa.em2.oraclecloud.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Internal and External Audit Services
Reference number
PROC DMC ITT/295
two.1.2) Main CPV code
- 79212000 - Auditing services
two.1.3) Type of contract
Services
two.1.4) Short description
This document invites suitably qualified and experienced providers to tender to the University of Derby (The University) for the provision of Audit services, under 2 Lots. Lot 1 - Internal Audit and Lot 2 - External Audit. Both these lots will include ad hoc audit services.
A provider can tender for both Lots but cannot be awarded more than one Lot. If a supplier is the highest scoring on both Lots the highest quality score will be taken into consideration and the Lots awarded on that basis. The second highest scoring supplier will then be awarded the remaining Lot.
The appointment will be for an initial period of 3 years from August 2021 with an
option to extend by 1 year at the University's discretion.
The University recognises that markets and businesses are changing at an ever-increasing pace. The requirements detailed in this document are, therefore, the minimum acceptable to the University and shall be capable of development where appropriate and relevant.
two.1.5) Estimated total value
Value excluding VAT: £1,900,000
two.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: 1
two.2) Description
two.2.1) Title
Internal Audit
Lot No
1
two.2.2) Additional CPV code(s)
- 79212200 - Internal audit services
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
Main site or place of performance
Derby
two.2.4) Description of the procurement
The Service Provider must be aware of and apply appropriate Internal Audit Standards recognising those set out in Government Internal Audit Standards and relevant regulatory/funder requirements such as the Public Sector Internal Audit Standards (published by CIPFA) and the Higher Education Funding Council for England Guidance.
The Service Provider will be required to adhere to the Chartered Institute of Internal Auditors Standards and Ethics.
The Service Provider will be required to liaise with the external auditor to ensure that work complements that of the statutory audit.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,046,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
See Standard Supplier Questionnaire Scoring Approach
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
1 year extension on satisfactory performance
two.2) Description
two.2.1) Title
External Audit
Lot No
2
two.2.2) Additional CPV code(s)
- 79212000 - Auditing services
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
Main site or place of performance
Derby
two.2.4) Description of the procurement
• The Service Provider must be aware of and apply appropriate External Audit Standards including those set out by:-
o International Standards on Auditing (ISA);
o The Financial Reporting Council (FRC);
o Company Law and relevant Statements of Recommended Practice (SORP)
o Professional Indemnity Insurance Regulations
Proposal Requirements and responsibilities
• The Service Provider will have a responsibility to report to the governing body of the University of members of the company whether, in their opinion:
o the financial statement give a true and fair view of the state of the affairs of the University or company affairs;
o the financial statements have been prepared in accordance with the Companies Act 2006 and equivalent legislation for overseas subsidiaries where applicable;
o the financial statements have been properly prepared in accordance with the relevant financial reporting framework;
o the information given in the director's report and the strategic report is consistent with the financial statements where applicable;
o Funds from whatever source administered by the university for specific purposes have been properly applied to those purposes, and, if relevant, managed in accordance with relevant legislations;
o Funds provided by OfS have been applied in accordance with the memorandum of assurance and accountability and any other terms and conditions attached to them;
o The requirements of OfS accounts direction have been met.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £818,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
As stated in the Supplier Selection Questionnaire Scoring Approach document
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
1 year extension on satisfactory performance
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 description per Lot
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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 the Lot descriptions
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.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: 2
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
19 April 2021
Local time
12:00pm
Changed to:
Date
26 April 2021
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 2 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 42 months from award so March 2025
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Susan Ambler
Derby
Country
United Kingdom