Contract notice

Information

Published

Expire date: 09/01/2024

External Reference: 2023-588570

FTS Reference: 2023-036020

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire
N/A
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
UK
Contact person: Kim Hall
Telephone: +44 01606363334
NUTS code:  UKD6 -  Cheshire
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=74975&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Internal Audit Services
Reference number:  CPA/SPU/2178
II.1.2)

Main CPV code

79212200  -  Internal audit services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Police and Crime Commissioner for Cheshire (PCC) as the contracting authority aims to appoint a suitably qualified provider of Internal Audit Services for the PCC, Cheshire Constabulary (CC) and Cheshire Fire Authority (CFA). The Internal Audit Service will be expected to provide independent objective assurance that each organisation’s risk management, governance and internal control processes are operating effectively. A proactive approach is required to improve systems and achieve Best Practice and Value for Money including the delivery of continuous improvement and elimination of waste and non-value-adding activity. The Contract term is 3 years with the option to extend the contract by two further periods of 12 months. The value of £275,000 is an estimate, and includes the optional contract extensions. Full details can be found within the Online ITT – which is constructed as an online questionnaire with Supporting files in the document folder.
II.1.5)

Estimated total value

Value excluding VAT: 275000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79200000  -  Accounting, auditing and fiscal services
79210000  -  Accounting and auditing services
79212000  -  Auditing services
79212100  -  Financial auditing services
II.2.3)

Place of performance

NUTS code:  UKD6 -  Cheshire
Main site or place of performance:  
Winsford. CW7 2UA
II.2.4)

Description of the procurement

The Police and Crime Commissioner for Cheshire (PCC) as the contracting authority aims to appoint a suitably qualified provider of Internal Audit Services for the PCC, Cheshire Constabulary (CC) and Cheshire Fire Authority (CFA).
The Internal Audit Service will be expected to provide independent objective assurance that each organisation’s risk management, governance and internal control processes are operating effectively. They will also be expected to take a proactive approach to the improvement of systems and enable the achievement of Best Practice and Value for Money including delivering continuous improvement and eliminating waste and non-value-adding activity.
The successful Contractor will be required to work closely with the PCC, the PCC’s Chief Finance Officer, the CC and the CC’s Assistant Chief Officer and Head of Finance together with CFA’s Treasurer and Finance Departments. In addition, there will be a need to liaise with other corporate departments for work relating to the management and measurement of performance. The Contractor will also be required to liaise with corporate departments and the External Audit Services regarding the delivery of quality; services, policies, and procedures of the PCC, the CC and CFA.
The Contract term is 3 years with the option to extend the contract by two further periods of 12 months.
Please note the value of £275,000 is an estimate, and includes the optional contract extensions.
Full details can be found within the Online ITT – which is constructed as an online questionnaire with Supporting files in the document folder.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Section 1 - Internal Audit Services  /  Weighting:  45%
Quality criterion  -  Name:  Section 2 - Social Value  /  Weighting:  10%
Quality criterion  -  Name:  Section 3 - Inreviews and Demonstrations  /  Weighting:  10%
Price  -  Weighting:  35%
II.2.6)

Estimated value

Value excluding VAT: 275000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2024  /  End: 31/03/2027
This contract is subject to renewal: yes
Description of renewals:  
There will be the option to extend the contract by two [2] further periods of of 12 Months.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.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 set out in the tender documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender documents
III.2)

Conditions related to the contract

III.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 set out in the tender documents
III.2.2)

Contract performance conditions

As set out in the tender documents
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/01/2024
Local time:  11:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  09/01/2024
Local time:  11:00
Place:  
Online: E-tendering system

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Manchester
UK