Tender

DAERA - AFBI - Provision of Internal Audit Service

  • Agri-Food and Biosciences Institute

F02: Contract notice

Notice identifier: 2025/S 000-006171

Procurement identifier (OCID): ocds-h6vhtk-04e4df

Published 20 February 2025, 12:47pm



Section one: Contracting authority

one.1) Name and addresses

Agri-Food and Biosciences Institute

18a Newforge Lane, Belfast

BELFAST

BT9 5PX

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

ssdadmin.cpd@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.afbini.gov.uk/contacts/afbi-new-forge-lane-headquarters

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

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

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DAERA - AFBI - Provision of Internal Audit Service

Reference number

ID 5606838

two.1.2) Main CPV code

  • 79212100 - Financial auditing services

two.1.3) Type of contract

Services

two.1.4) Short description

DAERA - AFBI - Provision of Internal Audit Service

two.1.5) Estimated total value

Value excluding VAT: £175,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79200000 - Accounting, auditing and fiscal services
  • 79212000 - Auditing services
  • 79212200 - Internal audit services
  • 79212300 - Statutory audit services
  • 79210000 - Accounting and auditing services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

UKN

two.2.4) Description of the procurement

DAERA - AFBI - Provision of Internal Audit Service

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: £175,000

two.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

This contract is for three years duration with options to extend for two further periods of up to one year each

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Options to extend for two further periods of up to one year each.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The estimated contract value is £175,000 Neither CPD nor the Authority can provide any guarantee as to the level. of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators. remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall. have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this. notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

as per tender documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

as per tender documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Contract performance will be subject to the conditions specified in the contract and the. successful Supplier’s performance on the contract will be regularly monitored


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

Date

27 March 2025

Local time

3:00pm

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

Tender must be valid until: 25 June 2025

four.2.7) Conditions for opening of tenders

Date

27 March 2025

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This contract is recurrent every 5 Years

six.3) Additional information

The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. Contractors. not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor. fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still. fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If. this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of. grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated.. The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions. being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a. period of three years from the date of issue. The Authority expressly reserves the rights:. . (I). not to award any contract as a result of the. procurement process commenced by publication of this notice;. (II). to make whatever changes it may see fit to the content and structure. of the tendering Competition;. (III). to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and. (IV). to. award contract(s) in stages. In no circumstances will the Authority be liable for any costs incurred by candidates.. This project will be used. to progress the Government’s wider social, economic and environmental objectives.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 and, where.appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is.communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.