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
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityWales 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 contract7 |
II.1.2)
|
Main site or location of works, place of delivery or performance
United Kingdom, Wales
UKL |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
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 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
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 scopeSupply, 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
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
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
|
|
|
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
|
|
|
|
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
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 |
|
|
|