Contract notice

Information

Published

Date of dispatch of this notice: 01/07/2019

Expire date: 01/08/2019

External Reference: 2019-253873

TED Reference: 2019/S 126-308582

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

EirGrid plc
N/A
Block 2 - The Oval, 160 Shelbourne Road
Ballsbridge
Dublin 4
IE
Contact person: Anthony Flood
Telephone: +353 12370123
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=149557&B=ETENDERS_SIMPLE
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

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Internal Audit Support Services
Reference number:  ENQEIR680
II.1.2)

Main CPV code

79212200  -  Internal audit services
II.1.3)

Type of contract

Services
II.1.4)

Short description

EirGrid has a Head of Internal Audit & Compliance whose role includes the preparation of the annual Internal Audit Plan, the management of Internal Audits and the provision of independent assurance to the Board via the Audit Committee on the operations of the systems of internal control, governance and risk management.
EirGrid are seeking to secure support for the Head of Internal Audit & Compliance to undertake Internal Audits under his direction, to prepare Draft Internal Audit Reports, provide advice on Internal Audit related matters and to support assurance related activities within EirGrid.
II.1.5)

Estimated total value

Value excluding VAT: 1200000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

79200000  -  Accounting, auditing and fiscal services
79210000  -  Accounting and auditing services
79212000  -  Auditing services
79212100  -  Financial auditing services
II.2.4)

Description of the procurement

EirGrid has a Head of Internal Audit & Compliance whose role includes the preparation of the annual Internal Audit Plan, the management of Internal Audits and the provision of independent assurance to the Board via the Audit Committee on the operations of the systems of internal control, governance and risk management.
EirGrid are seeking to secure support for the Head of Internal Audit & Compliance to undertake Internal Audits under his direction, to prepare Draft Internal Audit Reports, provide advice on Internal Audit related matters and to support assurance related activities within EirGrid.
The Scope of Requirements is expected to include, but is not limited to Internal Audit Support Services to include:
• Basic Internal Audit assurance (substantive testing of identified controls)
• Specific business area Internal Audits (may require Subject Matter Expert guidance)
• Complex assurance reviews (requiring input from Subject Matter Experts)
Examples of Subject Matter Expert areas include IS, Regulatory, Economics, Capital Projects, HR, Organisational Culture and Forensics, Energy Markets.
The Internal Audit activity must demonstrably conform to the guidance issued in the Code of Practice for the Governance of State Bodies and the standards set by the Institute of Internal Auditors.
For full details see the Information Memorandum and Pre-Qualification Questionnaire attached to this Etenders notice.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
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
II.2.14)

Additional information

For full details see the Information Memorandum and Pre-Qualification Questionnaire attached to this Etenders notice.

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:  Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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:  01/08/2019
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 16/08/2019
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  30/09/2020

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
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.
2) This is the sole call for competition for this service.
3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) Contract award will be subject to the approval of the competent authorities.
5) It will be a condition of award that candidates are tax compliant and are in a position to produce a valid tax clearance certificate or eTax Clearance from the Revenue Commissioners when requested.
6) If for any reason it is not possible to award the contract one or more of the tenderers invited following the conclusion of this competitive process, the contracting authority reserves the right to award the contract to the next ranked tenderer as appropriate.
7) At its absolute discretion, the contracting authority may elect to terminate this procurement process or any contract awarded.
8) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words ‘or equivalent’ will always be appended.
9) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts Dublin 7 Ireland
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contracting authority will not conclude this contract to which a standstill period applies in accordance with Council Directive 2014/25/EU, until after the expiry of the standstill period which commences on the day following the date of notification on concerned candidates and tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the reviewable public contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation in this contract.
VI.4.4)

Service from which information about the review procedure may be obtained

Central office of the High Courts (Appeal Section)
Ground Floor, East Wing, Inns Quay
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie