Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Wales Audit Office ITT for Configuration and Delivery of Audit Management Software with Support

  • First published: 15 January 2014
  • Last modified: 15 January 2014

Contents

Summary

OCID:
ocds-kuma6s-005389
Published by:
Wales Audit Office
Authority ID:
AA0519
Publication date:
15 January 2014
Deadline date:
03 April 2014
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

In this Notice the Wales Audit Office is used to refer to the Auditor General for Wales, as the ‘Authority’ looking for a provider to be appointed for the supply,configuration and delivery of audit management software with support. The Wales Audit Office is the public service audit agency for Wales. The Auditor General is the statutory external auditor of the Welsh Government, its sponsored and related public bodies and the National Health Service (NHS) in Wales. The Auditor General may also inspect and report on further and higher education institutions and other services. The Authority wishes to establish a four year contract for the supply, configuration and delivery of an audit management solution with support. This procurement is for a services contract being procured under the open procedure. Following evaluation of the compliant Tenders and approval of the outcome the Authority intends to appoint a single Provider to enter into a contract. The Provider submitting the most economically advantecous offer in accordance with the criteria set out in the Invitation to Tender (ITT) will be awarded a contract. The primary objective of this procurement is to source and implement an audit management software system which will enhance the efficiency and effectiveness of operations and assist the Authority to meet its strategic objectives. A secondary desirable (but not mandatory) objective is for the same system to provide enterprise resource functionality and which will incude integrated modules covering organisational planning - financial planning, resource planning; resource management - managing income generation associated with audit activity, staff resource allocation, staff time-recording, and expenses recording. The Authority is inviting tenders for an audit management system with enterprise resource functionality. Key aspects of the project covered within this procurement include: system provision; support to design, configure and setup of the audit management software to meet the business needs; setup of interfaces; support to create routine reports to meet management information requirements; training and communication e.g. timely information regarding software issues and developments; and on-going maintenance and support including technical, functional and account management support. Further information and the full specification of requirements can be obtained in the ITT document. The service will be provided by a reputable Provider defined as security accredited to industry standards; evidenced as financially stable with a development plan for their product and service; and referenced by end users. In certain circumstances as a public sector body, the Authority is required by law to exclude organisations from participating in a tender. The Authority also reserves the right to reject or disqualifty a Tenderer where: the Tenderer fails to comply fully with the requirements of the ITT or is guilty of a serious misrepresentation in supplying any information required in the ITT document and/or the Tenderer is guilty of serious misrepresentation in relation to its Tender and/or the Tender process; and/or there is a change in identity, control, financial standing or other factor impacting on the selection and/or evaluation process affecting the Tenderer. Further information on reasons for rejection/disqualification are included within the ITT. CPV: 48000000, 48100000, 48170000, 72260000, 72263000, 72265000, 72266000, 72267000, 72268000, 48300000, 48451000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Auditor General for Wales

Wales Audit Office, 24 Cathedral Road

Cardiff

CF11 9LJ

UK

Business Services

Laurie Davies

+44 2920320511

tenders@wao.gov.uk

+44 2920320600

www.wao.gov.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0519

www.sell2wales.gov.uk
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Wales Audit Office ITT for Configuration and Delivery of Audit Management Software with Support

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

7

II.1.2)

Main site or location of works, place of delivery or performance

United Kingdom, Wales



UKL

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

In this Notice the Wales Audit Office is used to refer to the Auditor General for Wales, as the ‘Authority’ looking for a provider to be appointed for the supply,configuration and delivery of audit management software with support.

The Wales Audit Office is the public service audit agency for Wales. The Auditor General is the statutory external auditor of the Welsh Government, its sponsored and related public bodies and the National Health Service (NHS) in Wales. The Auditor General may also inspect and report on further and higher education institutions and other services.

The Authority wishes to establish a four year contract for the supply, configuration and delivery of an audit management solution with support. This procurement is for a services contract being procured under the open procedure.

Following evaluation of the compliant Tenders and approval of the outcome the Authority intends to appoint a single Provider to enter into a contract. The Provider submitting the most economically advantecous offer in accordance with the criteria set out in the Invitation to Tender (ITT) will be awarded a contract.

The primary objective of this procurement is to source and implement an audit management software system which will enhance the efficiency and effectiveness of operations and assist the Authority to meet its strategic objectives. A secondary desirable (but not mandatory) objective is for the same system to provide enterprise resource functionality and which will incude integrated modules covering

organisational planning - financial planning, resource planning;

resource management - managing income generation associated with audit activity, staff resource allocation, staff time-recording, and

expenses recording.

The Authority is inviting tenders for an audit management system with enterprise resource functionality.

Key aspects of the project covered within this procurement include:

system provision;

support to design, configure and setup of the audit management software to meet the business needs;

setup of interfaces;

support to create routine reports to meet management information requirements;

training and communication e.g. timely information regarding software issues and developments; and

on-going maintenance and support including technical, functional and account management support.

Further information and the full specification of requirements can be obtained in the ITT document.

The service will be provided by a reputable Provider defined as

security accredited to industry standards;

evidenced as financially stable with a development plan for their product and service; and

referenced by end users.

In certain circumstances as a public sector body, the Authority is required by law to exclude organisations from participating in a tender. The Authority also reserves the right to reject or disqualifty a Tenderer where:

the Tenderer fails to comply fully with the requirements of the ITT or is guilty of a serious misrepresentation in supplying any information required in the ITT document and/or

the Tenderer is guilty of serious misrepresentation in relation to its Tender and/or the Tender process; and/or

there is a change in identity, control, financial standing or other factor impacting on the selection and/or evaluation process affecting the Tenderer.

Further information on reasons for rejection/disqualification are included within the ITT.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=5389.

II.1.6)

Common Procurement Vocabulary (CPV)

48000000
48100000
48170000
72260000
72263000
72265000
72266000
72267000
72268000
48300000
48451000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Supply, configuration and implementation of audit management software with associated services set out in ITT and ongoing support to include maintenance, functionalality and account management. Also includes for enterprise resource functionality modules (desirable) and all associated licence costs for the duration of the four year contract.

150000.00300000.00
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

 14-07-2014 13-07-2018

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

All candidates will be required to provide a statement, covering the 2 previous financial years including overall turnover in respect of services similar to this notice. The Authority reserves the right to request a copy of the full report and audited accounts for the previous 3 financial years.



evidenced as financially stable with a development plan for their product and service


III.2.3)

Technical capacity


See Invitiation to Tender for information.



Security accredited to industry standards.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 17-03-2014

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 03-04-2014  14:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

English or Welsh


IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

3 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

(WA Ref:5389)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 15-01-2014

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Wales Audit Office




UK

Laurie Davies

+44 2920320511

tender.queries@wao.gov.uk

www.wao.gov.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



Wales Audit Office




UK



tender.queries@wao.gov.uk

www.wao.gov.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Wales Audit Office




UK



tenders@wao.gov.uk

Coding

Commodity categories

ID Title Parent category
48170000 Compliance software package Industry specific software package
48300000 Document creation, drawing, imaging, scheduling and productivity software package Software package and information systems
48451000 Enterprise resource planning software package Time accounting or human resources software package
48100000 Industry specific software package Software package and information systems
72265000 Software configuration services Software-related services
72266000 Software consultancy services Software-related services
72263000 Software implementation services Software-related services
72267000 Software maintenance and repair services Software-related services
48000000 Software package and information systems Computer and Related Services
72268000 Software supply services Software-related services
72260000 Software-related services Software programming and consultancy services

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
15 January 2014
Deadline date:
03 April 2014 00:00
Notice type:
Contract Notice
Authority name:
Wales Audit Office
Publication date:
04 November 2014
Notice type:
Contract Award Notice
Authority name:
Wales Audit Office

About the buyer

Main contact:
tenders@wao.gov.uk
Admin contact:
tender.queries@wao.gov.uk
Technical contact:
N/a
Other contact:
tenders@wao.gov.uk

Further information

Date Details
No further information has been uploaded.

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.