Contract notice

Information

Published

Date of dispatch of this notice: 14/07/2022

Expire date: 30/08/2022

External Reference: 2022-296887

TED Reference: 2022/S 137-392190

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Transport Authority
0000
Dun Sceine, Iveagh Court Harcourt Lane
Dublin 2
D02WT20
IE
[Contactpoint]: Carolyn Keegan
[AddressPhone]: +353 18798300
[AddressFax]: +353 18798333
[Nutscode]:  IE -  IRELAND
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=218927&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypeNatagency]
I.5)

[Mainactivity]

[OtherActivity]:  Transport

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Provision of Internal Audit Services
II.1.2)

[CpvMain]

79212200  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The successful Tenderer will be required to address the following:
Organisational and Reporting Requirements Attendance by at least the Audit Partner at a minimum of 6 Audit and Risk Committee meetings annually; Strategic planning of audit coverage for duration of the contract; Submission of annual audit plan for the Audit and Risk Committee “ARC” approval; Consider the scope of the statutory audit and liaise with external auditors for the purpose of providing optimal audit coverage; Submission annually of internal audit assurance reports to the ARC; Submission annually of Capital projects internal audit assurance reports to the Department of Transport; and Presentation/submission of interim and annual audit reports to the ARC. Operational Scope Financial and operating systems, transactions, reporting and controls; Financial reporting, management reporting and statutory reporting; Audit of public transport services contracts and other services as outlined in the RFT documents
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 6250000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

79200000  - 
79210000  - 
79212000  - 
79212100  - 
79212300  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE -  IRELAND
II.2.4)

[DescrProcurement]

The successful Tenderer will be required to address the following:
Organisational and Reporting Requirements
Attendance by at least the Audit Partner at a minimum of 6 Audit and Risk Committee meetings annually; Strategic planning of audit coverage for duration of the contract;
Submission of annual audit plan for the Audit and Risk Committee “ARC” approval;
Consider the scope of the statutory audit and liaise with external auditors for the purpose of providing optimal audit coverage; Submission annually of internal audit assurance reports to the ARC; Submission annually of Capital projects internal audit assurance reports to the
Department of Transport; and Presentation/submission of interim and annual audit reports to the ARC.
Operational Scope
Financial and operating systems, transactions, reporting and controls; Financial reporting, management reporting and statutory reporting; Audit of public transport services contracts including Direct Award Contracts, to transport operators including Irish Rail, Dublin Bus, and Bus Éireann; and Competitively Tendered Contracts, to transport operators including Go Ahead Ireland,Bus Éireann, Transdev Dublin Light Rail Limited/ Transport Infrastructure Ireland and junior operators Andrew Wharton, City Direct etc.;
Audit of funding provided to Commercial Bus Operators;Audit of capital grants allocated to transport operators including Irish Rail, Dublin Bus, Bus Éireann, Transport Infrastructure Ireland and other bodies; Audit of Active travel grants allocated to Local Authorities and other Agencies; Audit of the NTA’s Rural Transport programme; Audit of assets of the Authority; Audit of Enhancing Customer Experience & Supporting Sustainable Travel programme; Audit on SPSV Licensing system and associated activities; Audit of non-Grant Income; Audit of Bus Asset Management; Audit of Project Management; and other services as outlined in the RFT documents
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 6250000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 27
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
If the services provided are deemed to be satisfactory the contract may be renewed for a period of twelve (12) months annually up to a maximum of 2 years after the end of initial contract
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  As per the Request for Tender Documentation
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

III.2.3)

[StaffResponsible]

[StaffResponsibleIndicate]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  30/08/2022
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  28/02/2023
IV.2.7)

[OpeningConditions]

[Date]:  30/08/2022
[Time]:  12:00

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[EorderingUsed]
[EinvoicingUsed]
[EpaymentUsed]
VI.3)

[InfoAdditional]

The NTA will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to any of the contract award procedures irrespective of the outcome the competition, or if the competition is postponed or cancelled.
Any contract award will be subject to a number of preconditions, including production of a current tax clearance certificate or tax clearance statement from the Revenue Commissioners in Ireland. The contracting authority may terminate this competition (or any part thereof), or change the basis of, and the procedures for, the bidding process, at any time, or procure the services by alternative means if it appears that the services can thereby be more advantageously procured. The most economically advantageous or any tender will not automatically be accepted.
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin
D7
IE
[AddressPhone]: +353 18886000
[AddressFax]: +353 18886125

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
Precise information on deadline(s) for review procedures:
As set out in S.I. No. 130/2010 European Communities (Award of Public Sector Contracts)(Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).