Section one: Contracting authority
one.1) Name and addresses
NHS Greater Glasgow and Clyde
Procurement Department, Glasgow Royal Infirmary, 84 Castle Street
Glasgow
G4 0SF
Lauren.Strachan2@ggc.scot.nhs.uk
Telephone
+44 1412015369
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.nhsggc.scot/about-us/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722
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://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Internal Audit Services
Reference number
GGC0615
two.1.2) Main CPV code
- 79212200 - Internal audit services
two.1.3) Type of contract
Services
two.1.4) Short description
Tender for the provision of Internal Audit Services as required by the Organisations. The Contractor will undertake to perform the Internal
Audit Service in accordance with the provisions set out in the Specification. In addition to the obligations imposed in this Specification, it
is the duty of the Contractor to provide the Service to a standard which is in all respects acceptable to the Directors of Finance and the
Audit Committees of the Organisations and is consistent with professional standards.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
NHS Greater Glasgow and Clyde
Lot No
1
two.2.2) Additional CPV code(s)
- 79212200 - Internal audit services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
NHSGGC
two.2.4) Description of the procurement
Tender for the provision of Internal Audit Services as required by the Organisations.
The Contractor will undertake to perform the Internal Audit Service in accordance with the provisions set out in the Specification. In addition to the obligations imposed in the Specification, it is the duty of the Contractor to provide the Service to a standard which is in all respects acceptable to the Directors of Finance and the Audit Committees of the Organisations and is consistent with professional standards. Subject to the availability of resources, the Contractor and the Contractor’s staff shall co-operate and respond to reasonable requests or give support in situations which may be in the best interests of patient care, whether or not such situations are detailed in the Specification.
two.2.5) Award criteria
Quality criterion - Name: Technical & Quality / Weighting: 45
Cost criterion - Name: Commercial Cost / Weighting: 55
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
Option to extend for 2 x 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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) Description
two.2.1) Title
NHS Ayrshire & Arran, National Waiting Times Centre Board and NHS 24
Lot No
2
two.2.2) Additional CPV code(s)
- 79212200 - Internal audit services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
- UKM93 - East Ayrshire and North Ayrshire mainland
Main site or place of performance
NHS Ayrshire & Arran
National Waiting Times Centre Board
NHS 24
two.2.4) Description of the procurement
Tender for the provision of Internal Audit Services as required by the Organisations.
The Contractor will undertake to perform the Internal Audit Service in accordance with the provisions set out in the Specification. In
addition to the obligations imposed in the Specification, it is the duty of the Contractor to provide the Service to a standard which is in all
respects acceptable to the Directors of Finance and the Audit Committees of the Organisations and is consistent with professional
standards. Subject to the availability of resources, the Contractor and the Contractor’s staff shall co-operate and respond to reasonable
requests or give support in situations which may be in the best interests of patient care, whether or not such situations are detailed in the
Specification.
two.2.5) Award criteria
Quality criterion - Name: Technical & Quality / Weighting: 45
Cost criterion - Name: Commercial Cost / Weighting: 55
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
Option to extend for 2 x 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
With reference to SPD, tenderers are required to state the value for the following financial ratio:
Current Ratio (Liquidity Ratio)
(Total Current Assets divided by total current liabilities)
The acceptable range for this financial ratio is:
>0.99
With reference to SPD question 4B.4, tenderer are required to state the value for the following financial ratio:
Net Profit Margin
(Net profits divided by revenue x 100)
The acceptable range for this financial ratio is:
>0 (i.e positive)
Minimum Level(s)
With reference to SPD question 4B.5.1a it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Professional Indemnity Insurance = GBP2m
With reference to SPD question 4B.5.1b it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Employer’s (Compulsory) Liability Insurance = GBP5m
With reference to SPD question 4B.5.2 it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Public Liability Insurance = GBP10m
three.1.3) Technical and professional ability
List and brief description of selection criteria
This will be detailed in the Invitation to Tender documentation.
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 November 2022
Local time
9:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
17 November 2022
Local time
9:00am
Place
NHSGG&C
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=708415.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:708415)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
G5 9DA
Country
United Kingdom