Tender

Provision of Internal Audit Services

CALMAC FERRIES LIMITED

This public procurement record has 1 release in its history.

Tender

17 Dec 2024 at 00:00

Summary of the contracting process

CalMac Ferries Limited, located at Ferry Terminal, Gourock, has issued a tender for the provision of internal audit services, targeting the professional services industry category. The procurement process is in the tender stage with a closing submission deadline of January 16, 2025. This contract, worth £720,000, will cover the delivery of a high-quality internal audit programme across all business areas within the David MacBrayne Group, ensuring compliance with business and regulatory obligations. The services are required in the UKM83 and UKM regions, with the contract period lasting approximately two years, starting from January 24, 2025, with options for two additional 12-month extensions.

This tender offers substantial opportunities for businesses with expertise in providing internal audit services, particularly those with a background in maritime or mass passenger transport sectors. It is best suited for firms that can demonstrate experience in managing risk, compliance with the Financial Reporting Council standards, and a strong track record in public sector audits. The selected supplier will report directly to the David MacBrayne Limited Board and the Audit and Risk Committee, making this a prestigious contract that can significantly enhance the winning firm's portfolio and credibility in the industry.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Internal Audit Services

Notice Description

Discussions within the David MacBrayne Group have indicated the continued need for a single Supplier who is able to provide internal audit services for the business. This will allow the business to deliver a high-quality and robust internal audit programme across all business areas to ensure compliance with business and regulatory obligations and identify any areas of non-compliance within business functions so that remedial actions can be agreed and introduced accordingly.

Lot Information

Lot 1

Discussions within the David MacBrayne Group have indicated the continued need for a single Supplier who is able to provide internal audit services for the business. This will allow the business to deliver a high-quality and robust internal audit programme across all business areas to ensure compliance with business and regulatory obligations and identify any areas of non-compliance within business functions so that remedial actions can be agreed and introduced accordingly.

Renewal: There will be two 12-month extension options available for this agreement.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000785369
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC520469
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79212000 - Auditing services

79212200 - Internal audit services

Notice Value(s)

Tender Value
£720,000 £500K-£1M
Lots Value
£720,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Dec 20241 years ago
Submission Deadline
16 Jan 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
December 2028

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CALMAC FERRIES LIMITED
Contact Name
Stuart McMaster
Contact Email
stuart.mcmaster@calmac.co.uk
Contact Phone
+44 07977031615

Buyer Location

Locality
GOUROCK
Postcode
PA19 1QP
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM Scotland, TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

Local Authority
Inverclyde
Electoral Ward
Inverclyde West
Westminster Constituency
Inverclyde and Renfrewshire West

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC520469
    Provision of Internal Audit Services - Discussions within the David MacBrayne Group have indicated the continued need for a single Supplier who is able to provide internal audit services for the business. This will allow the business to deliver a high-quality and robust internal audit programme across all business areas to ensure compliance with business and regulatory obligations and identify any areas of non-compliance within business functions so that remedial actions can be agreed and introduced accordingly.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000785369-2024-12-17T00:00:00Z",
    "date": "2024-12-17T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000785369",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-36",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Stuart McMaster",
                "email": "stuart.mcmaster@calmac.co.uk",
                "telephone": "+44 07977031615",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Operator",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Ferry operator",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-37",
            "name": "Scottish Courts and Tribunals Services",
            "identifier": {
                "legalName": "Scottish Courts and Tribunals Services"
            },
            "address": {
                "streetAddress": "Sherriff Court House",
                "locality": "Greenock",
                "postalCode": "PA15 1TR"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-36"
    },
    "tender": {
        "id": "CSFI24-509",
        "title": "Provision of Internal Audit Services",
        "description": "Discussions within the David MacBrayne Group have indicated the continued need for a single Supplier who is able to provide internal audit services for the business. This will allow the business to deliver a high-quality and robust internal audit programme across all business areas to ensure compliance with business and regulatory obligations and identify any areas of non-compliance within business functions so that remedial actions can be agreed and introduced accordingly.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79212000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 720000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2025-01-16T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC520469",
                "documentType": "contractNotice",
                "title": "Provision of Internal Audit Services",
                "description": "Discussions within the David MacBrayne Group have indicated the continued need for a single Supplier who is able to provide internal audit services for the business. This will allow the business to deliver a high-quality and robust internal audit programme across all business areas to ensure compliance with business and regulatory obligations and identify any areas of non-compliance within business functions so that remedial actions can be agreed and introduced accordingly.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC520469",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Discussions within the David MacBrayne Group have indicated the continued need for a single Supplier who is able to provide internal audit services for the business. This will allow the business to deliver a high-quality and robust internal audit programme across all business areas to ensure compliance with business and regulatory obligations and identify any areas of non-compliance within business functions so that remedial actions can be agreed and introduced accordingly.",
                "status": "active",
                "value": {
                    "amount": 720000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality / Technical",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be two 12-month extension options available for this agreement."
                }
            }
        ],
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2025-01-24T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "It will be a mandatory requirement that the successful Supplier is able to meet the following criteria: - Will be obligated to report to the David MacBrayne Limited Board and the Audit and Risk Committee. - Adherence to Financial Reporting Council (FRC) Standards for Internal Auditors. - Use of FRC's UK Standards on Internal Controls. - Data protection and Privacy Compliance. - Health, Safety & Environmental Compliance (adherence to HSE regulations). - Whistleblowing Protection & Reporting Obligations. - Experience with risk management frameworks - COSO, ERM or ISO 31000 (risk management). - Audit documentation and transparency requirements. - Ability to meet audit and compliance reporting obligations. - Experience with Regulatory Changes and Legislation Updates."
                },
                {
                    "type": "economic",
                    "description": "Please refer to these statements when completing section 4B of the SPD (Scotland) Statement for 4B - Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: Bidders must provide their (\"general\") yearly turnover for the last three financial years. Bidders must provide their (\"specific\") yearly turnover for the last three financial years. Bidders must must provide appropriate financial ratio information as set out within this Contract Notice. Bidders must confirm they have the required levels of insurance as set out within this Contract Notice.",
                    "minimum": "Please note that minimum required turnover per year should be 1.44 Million GBP. The following ratios must be confirmed based on the Bidder's latest set of published accounts. 1- Return on Capital Employed: must be at a ratio greater than \"0\". 2- Acid Test (Current Ratio): Current Ratio must be greater than \"1\". 3- Gearing: Gearing must be a figure of less than 100%. 4- Interest Coverage: Interest Coverage must be a figure of 2 or above. Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Professional Risk Indemnity: 5 Million GBP Employer's (Compulsory) Liability: 5 Million GBP Public Liability: 5 Million GBP Product Liability: 5 Million GBP"
                },
                {
                    "type": "technical",
                    "description": "1. Experience (90%) a) Using no more than three relevant examples, please detail past experience of working with organisations of a similar size and nature to David MacBrayne, with links to the maritime industry and/or mass passenger transport demonstrating the Bidder's operational expertise in this sector. (25%) b) Using no more than three relevant examples please detail past experience of working with public sector organisations that have gone through operational transformational change and the additional challenges this may have presented and how challenges were overcome. (25%) c) Using a past example, for each area listed below, provide details (Sector/Year/Scope/Challenges/Improvement Outcomes) where the Bidder has been required to undertake the following types of activity as part of an internal audit service (25%): - Accounting, Finance and Corporate Governance - Customer Service and Experience - Commercial Services, Human Resources, Payroll - IT (including Information Security) - Project Governance and Change Management - Risk Management - Supply Chain Management - Transport Sector Front Line Operations d) Using past experience, please demonstrate examples (no more than three) when the Bidder had to engage with management to reach resolution on a disputed audit recommendation. Please outline the techniques and approach utilised to engagement with management to reach agreement and how this was brought forward to ensure recommendation timescales were adhered to. (25%) 2. Qualifications (10%) Bidders are required to provide details of relevant educational and professional qualifications are held by the service provider and managerial staff. These could include the following: - BSc Level Degree Qualification - Advanced Degree (MBA/Accounting/Risk Management) - Certified Internal Auditor (CIA) - ISO 9001 Lead Auditor (IRCA) - Chartered Accountant (CA) - Six Sigma - Chartered Internal Auditor (CMIIA) - Registered Internal Auditor (RIA) - IPPF - PSIAS a) Please detail the educational and professional qualifications that are held by: The service provider or the contractor. (50%) b) Please detail the educational and professional qualifications that are held by: Managerial Staff. (50%) 3. Environmental Management (0%) Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards in accordance with BS EN ISO 14001:2015 (or equivalent) or produce other means of proof concerning required environmental management systems or standards. Please provide details of the environmental management measures which the Bidder will be able to use when performing the contract. 4. Subcontracting (0%) Please provide details of the proportion (i.e. percentage) of the contract that Bidders intend to subcontract. Please provide details of Bidder's criteria for selecting suppliers to subcontract to. 5. Quality Control (0%) Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards with BS EN ISO 9001:2015 (or equivalent) or produce other means of proof concerning the quality assurance schemes. Bidders will also be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the health and safety standards in accordance ISO 45001 : 2018 Occupational Health and Safety Management System (or equivalent) or produce other means of proof concerning the health and safety standards Can the bidder provide the required certificates drawn up by a UCAS accredited quality provider, attesting the conformity of services clearly identified by references to the technical specifications or standards, which are set out in the relevant Contract Notice?",
                    "minimum": "Qualification Envelope: Part 3, Section A, B, C, D will be scored on a pass/fail basis and Part 4 Section C will be scored in line with the weighting shown above for all questions. If any question subject to 'pass/fail' scoring be scored 'fail' the entire submission may be set aside and take no further part in the competition. Questions one to five will be scored using the below methodology: Questions in the ITT will be scored using the following methodology: 100- Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "classification": {
            "id": "79212200",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "December 2028"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "CFL's Conditions of Contract will be published with the ITT document. Economic Operators should note that the conditions of the procurement include (but are not limited to) the following: -The eligibility requirements in this Contract Notice will apply to the procurement at all times. Economic Operators may be excluded from this competition if the Economic Operator no longer meets the selection criteria set out in the Contract Notice at any stage during the competition and/or there is a change in identity, control, financial standing or other factor impacting on the selection process affecting the Economic Operator; -CFL is subject to the requirements of the Freedom of Information (Scotland) Act 2002 and the Environmental Information (Scotland) Regulations 2004. Accordingly, all information submitted to CFL may need to be disclosed and/or published by it in response to a request under FOISA or the EIRs; and -Economic Operators will remain responsible for all costs and expenses incurred by them in connection. CFL will not be liable to reimburse or compensate any costs incurred in connection with an Economic Operator's participation in this competition, including any costs or other liability in respect of the cancellation of the process. The award criteria questions and weightings will be published in the ITT. Bidders will be expected to demonstrate capability. CFL reserves the right not to award a contract pursuant to this procurement and to cancel the procurement at any point without liability. Bidders should note that CFL intends to ask questions at the ITT stage, these questions form a small part within a broader question base. These ITT questions shall be grouped as either belonging to mandatory Pass/Fail type questions or questions which shall be scored and weighted. Where a supplier has been assessed to have failed a Pass/Fail question their tender submission shall be deemed non-compliant and excluded from that point forward within the ITT process. Questions in the ITT will be scored using the following methodology: 100- Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. Award Criteria questions can be found in the ITT together with the weightings. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 28245. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:785369)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000785369"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}