Section one: Contracting authority
one.1) Name and addresses
Durham University
South Road
DURHAM
DH13LE
Contact
Lyndsay Glasper
Country
United Kingdom
NUTS code
UKC14 - Durham CC
Internet address(es)
Main address
Buyer's address
http://events.transaxions.com/service.aspx?event=6823
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://events.transaxions.com/service.aspx?event=6823
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://events.transaxions.com/service.aspx?event=6823
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
Co-Sourced Internal Audit
Reference number
ITT21-006
two.1.2) Main CPV code
- 79212200 - Internal audit services
two.1.3) Type of contract
Services
two.1.4) Short description
Durham University is seeking to appoint a co-sourced internal auditor as part of its cycle of full market testing. On this occasion, the University intends to award the contract for an initial period of three years, i.e. until 31 July 2024, and renewable annually thereafter, for up to two further years.
two.1.5) Estimated total value
Value excluding VAT: £210,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKC14 - Durham CC
two.2.4) Description of the procurement
The University wishes to establish a contract with a professional services firm to provide co-sourced internal audit services as required by the Director of University Assurance Service (UAS).
We would expect the incoming provider to have expertise in business strategy and capability as well as experience in supporting organisations through transformation and being a catalyst and enabler for change.
The core of the work is likely to be risk-based audit work, with an emphasis on the design and operation of controls and embedded assurance. The Supplier may also be asked to conduct independent review investigations where circumstances require this, and to support capacity gaps within the internal team.
The University wishes, however, to maintain a flexible approach to this arrangement to enable the UAS to respond in an agile way to the University's changing business priorities and risks. This may include providing advisory work, analytical support for audit work completed by the in-house team, developing embedded (continuous) audit procedures, project assurance for new system developments or support for forensic investigations (where required).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
The contract renewal may be advertised April/May 2024, unless one or more extensions are invoked.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Two twelve month extensions are available, subject to requirement and supplier performance.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
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
17 May 2021
Local time
12:00pm
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 May 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: April 2024
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
six.4) Procedures for review
six.4.1) Review body
University of Durham
University Office
Durham
DH1 3LE
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
This authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. The communication will be in the form of a letter which will be issued electronically. The letter will provide a full debrief and contact details should a tenderer wish to appeal
the decision. The timescale for appeals will be detailed in the letter. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the
High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months).Where a contract has not been entered into the court may order the settling aside of the award decision or order the authority to amend any
document and may award damages. If the contract has been entered into the court may only award damages.