Contract award notice

Information

Published

Date of dispatch of this notice: 10/05/2018

External Reference: 2018-209538

TED Reference: 2018/S 090-204180

Contract award notice

Cached Version

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Hinton Huose
Risley
WA3 6GR
UK
Contact person: Gemma Cardilli
Telephone: +44 1925834220
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Nuclear Decommissioning

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

The Provision of Internal Audit Services
Reference number:  2000409970
II.1.2)

Main CPV code

79212200  -  Internal audit services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The provision of an Internal Audit service to provide independent, objective assurance and advisory services designed to evaluate internal controls, identify risks, add value and improve the organisation's operations. Also supporting the organisation to accomplish its objectives by bringing a systematic, disciplined approach to evaluate and improve the effectiveness of risk management, control, and governance processes.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  1500000.00  GBP
II.2)

Description

II.2.2)

Additional CPV code(s)

79212200  -  Internal audit services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
Hinton House, Risley, Warrington
II.2.4)

Description of the procurement

The provision of an Internal Audit service to provide independent, objective assurance and advisory services designed to evaluate internal controls, identify risks, add value and improve the organisation's operations. Also supporting the organisation to accomplish its objectives by bringing a systematic, disciplined approach to evaluate and improve the effectiveness of risk management, control, and governance processes.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Contract Delivery  /  Weighting:  56%
Quality criterion  -  Name:  Key Personnel  /  Weighting:  21%
Quality criterion  -  Name:  Health & Safety  /  Weighting:  3%
Price  -  Weighting:  20%
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 IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 187-383102

Section V: Award of contract

Contract No: 1

Title: The Provision of Internal Audit Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

2018-05-04
V.2.2)

Information about tenders

Number of tenders received:  7
Number of tenders received by electronic means:  7
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Deloitte LLP
OC 303675
2 New Street Square
London
EC4A 3BZ
UK
Telephone: +20 73030913
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  1500000.00  GBP

Section VI: Complementary information

VI.3)

Additional information

The intention is to award a single supplier framework for a period of 3 year with an option to extend for a further 12 months.
The framework will be offered to the highest scoring tenderer in the first instance however in the event that two or more tenderers receive the same total score, the winning Tenderer will be the one which scores the highest on Contract Delivery Criteria.
If the highest scoring tenderer choose not to accept the framework agreement, then it will be offered to the second ranked bidder, and so on.
Sellafield Ltd reserves the right to:
- cancel, clarify or vary the Procurement at any stage;
- not award any Framework Agreement;
- require a Tenderer to clarify its Tender in writing and/or provide additional information (and failure to respond adequately or by the deadline stipulated shall give Sellafield the right to reject a Tender); and/ or
- amend the terms and conditions of the Procurement
Cost and expenses;
All Tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of their Tender and all future stages of the Procurement. Under no circumstances will Sellafield, or any of their advisers, be liable for any costs or expenses borne by the Tenderer or any of its Key Supply Chain Members or advisers in this Procurement.
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
Strand
London
UK
Telephone: +44 1946781963

VI.4.2)

Body responsible for mediation procedures

London Court of International Arbitration
70 Fleet Street
London
EC14 1EU
UK
Telephone: +44 2079367008

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Any appeals should be promptly brought to the attention of Gemma Cardilli of Sellafield Ltd at the address specified at Section 1 above and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales set out in the Public contracts Regulation 2015. In accordance with the Requirements of Regulation 87 of the Public Contracts Regulations 2015 Sellafield Ltd will incorporate a minimum of a ten (10) calendar day standstill period from the date of information, an intention for award of Contract is communicated to tenderers prior to concluding the award of any framework agreement pursuant to this notice.