B05.010.2024 External Auditor

A) The audit of: 1) The statutory financial statements and annual reports of Invest International B.V. and its four (4) subsidiaries Public Programmes B.V., Development B.V., Capital B.V. and Investment Management B.V. for the financial years 2025, 2026, 2027, 2028. This includes full-scope year-end audit and interim work. 2) The …

CPV: 79200000 Dienstleistungen im Bereich Rechnungslegung und -prüfung sowie Steuerwesen
Frist:
14. April 2025 13:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
B05.010.2024 External Auditor
Vergabestelle:
Invest International B.V.
Vergabenummer:
B05.010.2024

1. Buyer

1.1 Buyer

Official name : Invest International B.V.
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Economic affairs

2. Procedure

2.1 Procedure

Title : B05.010.2024 External Auditor
Description : A) The audit of: 1) The statutory financial statements and annual reports of Invest International B.V. and its four (4) subsidiaries Public Programmes B.V., Development B.V., Capital B.V. and Investment Management B.V. for the financial years 2025, 2026, 2027, 2028. This includes full-scope year-end audit and interim work. 2) The subsidy-based policy programs PDF, IA and DA for the financial years 2025, 2026, 2027, 2028. This audit follows a specific the audit protocol made by Ministry of Foreign Affairs, and involves special purpose financial statements. 3) The mandated policy programs DGGF, DTIF, DRIVE, ORIO, D2B for the financial years 2025, 2026, 2027, 2028. This audit follows a specific audit protocol made by Ministry of Foreign Affairs and involves special purpose financial statements. B) Preparing an auditor's report (accountants-controleverklaring) on 1), 2) and 3). C) Delivering a management letter to the management Board (CEO’s and CFRO) with advice and recommendations. The administrations of the five (5) BV’s: 1. Invest International B.V. 2. Public Programmes B.V. 3. Development B.V. 4. Capital B.V. 5. Investment Management B.V.
Procedure identifier : 4950fd50-8097-4841-8f56-c3ad607c8f04
Internal identifier : B05.010.2024
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79200000 Accounting, auditing and fiscal services

2.1.2 Place of performance

Country subdivision (NUTS) : Agglomeratie ’s-Gravenhage ( NL332 )
Country : Netherlands
Additional information : The Hague

2.1.3 Value

Estimated value excluding VAT : 1 250 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : External Auditor
Description : A) The audit of: 1) The statutory financial statements and annual reports of Invest International B.V. and its four (4) subsidiaries Public Programmes B.V., Development B.V., Capital B.V. and Investment Management B.V. for the financial years 2025, 2026, 2027, 2028. This includes full-scope year-end audit and interim work. 2) The subsidy-based policy programs PDF and DA for the financial years 2025, 2026, 2027, 2028. This audit follows a specific the audit protocol made by Ministry of Foreign Affairs, and involves special purpose financial statements. 3) The mandated policy programs DGGF, DTIF, DRIVE, ORIO, D2B for the financial years 2025, 2026, 2027, 2028. This audit follows a specific audit protocol made by Ministry of Foreign Affairs and involves special purpose financial statements. B) Preparing an auditor's report (accountants-controleverklaring) on 1), 2) and 3). C) Delivering a management letter to the management Board (CEO’s and CFRO) with advice and recommendations. Hoeveelheid of omvang The administrations of the five (5) BV’s: 1. Invest International B.V. 2. Public Programmes B.V. 3. Development B.V. 4. Capital B.V. 5. Investment Management B.V.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79200000 Accounting, auditing and fiscal services
Options :
Description of the options : Extension

5.1.2 Place of performance

Country subdivision (NUTS) : Agglomeratie ’s-Gravenhage ( NL332 )
Country : Netherlands
Additional information : The Hague

5.1.3 Estimated duration

Start date : 01/10/2025
Duration end date : 01/07/2030

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One (1) extension of one (1) year

5.1.5 Value

Estimated value excluding VAT : 1 250 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Financial Audit Approach
Description : The Contracting Authority wishes to learn the approach around the financial audit from the Contractor. Regarding the approach to the financial audit and the scope of the work, the Contractor should at least address the following topics in the Proposal: a) Overall design of the annual audit plan including outline planning for the conduct of Financial Audit and including how the extra hours in the first year will be handled to become known at Invest International. If the Contractor chooses to charge these extra hours for this to the Contracting Authority, this should be substantiated financially . b) Monitoring the Contractor’s independence from the Contracting Authority. c) Substantiation of the scope of the financial audit, including with respect to fraud and the risk of non-compliance with laws and regulations and with respect to the (partly) outsourced ICT processes and back-office processes. d) Explanation with respect to which topics the Contractor expects uncertainty and subjective elements and how it intends to deal with them (at least valuations). e) How does the Contractor deal with the fact that the Contracting Authority is an expanding organisation in the professionalisation phase to optimise processes. f) Method of reporting. The Contractor submits an anonymised example of an audit plan and management letter with its Proposal. g) Method of cooperation with the financial team of the Contracting Authority as well as the secure and efficient communication channels to be used. h) Method of effectively monitoring and directing for audit progress.   The Contracting Authority will assess the approach of the Contractor, including whether the approach meets the objectives. Particular attention will be paid to whether the approach is not too over the top but also does not go too far into details. For instance, the scope of the financial audit should be clearly articulated, and the substantiation should be convincing. The approach should be clear and appropriate to the nature and processes of the Contracting Authority. The approach should inspire confidence in terms of objectivity and independence and demonstrate expertise. The Contracting Authority expects that the Contractor has a feeling for risks in an expanding organisation and knows how to respond appropriately. Financial audit's reporting method must be systematic, clear and easily accessible. The elaboration of this sub-Award Criterion may consist of a maximum of four (4) A4, excluding the audit plan and management letter (single-sided, including images, tables, figures, et cetera), Arial 10 font. References to other sub-Award Criteria are not permitted. Any references to media will not be assessed. If the maximum number of pages is exceeded, only the first four (4) pages will be assessed.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 23
Criterion :
Type : Quality
Name : Natural Advisory Function and additional added value
Description : The Contractor describes how he can provide additional added value to the Contracting Authority from its natural consultancy role. The Contracting Authority expects an increase in support for the internal auditor to optimise control processes/line controls more: control testing instead of substantive testing (=data focused). In this respect, the Contractor pays attention to: a) Added value regarding the management letter. b) The expected scope and nature of the contact moments with the Director of Finance & Control, the CEO’s, the Management Team, the Director Risk & Compliance, the Chairman of the Supervisory Board and with the Supervisory Board. c) The courses and training for employees of the Contracting Departments and/or members of the Supervisory Board. d) The advice and guidance regarding the further elaboration and implementation of CSRD. e) The advice and guidance regarding the further elaboration of and implementation of Taxonomy. f) The advice and guidance regarding new developments and legislation and regulations relevant to the Contracting Authority in the context of the (subjects of) the audit. g) To what extent the Contractor can perform optional work, such as assurance on impact reporting and IPSAS audits in sub-areas. The Contracting Authority will assess the Contractor's approach, including whether the Contractor will add additional value to the Contracting Authority, is proactive and can also provide optional work. The elaboration of this sub-Award Criterion may consist of a maximum of three (3) A4 (single-sided, including images, tables, figures, et cetera), Arial 10 font. References to other sub-Award Criteria are not permitted. Any references to media will not be assessed. If the maximum number of pages is exceeded, only the first three (3) pages will be assessed.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 13
Criterion :
Type : Quality
Name : Impact
Description : Sustainability, social responsibility and innovation are important to the Contracting Authority. The Contracting Authority wishes to gain insight into the contribution of the Contractor in the field of sustainability, inclusiveness and diversity. In its response, the Contractor should at least address the following points and is additionally invited to address other points if, in the opinion of the Contractor, this may add value: (a) What are the ambitions and how does the Contractor contribute to sustainability, inclusiveness and diversity? (b) What has the Contractor already achieved in terms of sustainability, inclusiveness and diversity? c) How does the Contractor demonstrate the results achieved during the term of the Agreement in the above areas?
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Quality Team
Description : Audits have different focus areas. The quality of the audit is highly dependent on the quality of the people assigned to the audit. At least the following topics should be explained in more detail: a) Justification for the chosen composition of the team. b) Knowledge and experience of the individual team members (incl. CVs). c) The roles and tasks including job level and job description of the individual team members including number of hours the individual team members are deployed per task. d) How diverse the composition of the team is (in terms of content). As the relevant documents are mostly written in Dutch, such as a BuZa report, the team aimed at carrying out audit 2 (Regelingen IIPP) is preferably Dutch speaking. e) What specific knowledge and experience is present in the team in the areas listed below and how this is distributed among the individual team members: • private equity business (equity and convertible loans, fund financing, project financing) • financial Services experience • Staatsdeelnemingen and accounting as part of the financial laws and regulations: 1. Kasstelsel 2. Dutch GAAP 3. IFRS • valuation issues (conversions, warrants and other derivatives) • reporting and developments in CSRD and impact reporting f) How the continuity of the team will be monitored. g) How to anticipate unexpected developments within the team and how to ensure a proper transfer if sudden changes occur within the team. The Contractor submits the CVs of the team members to be deployed with the Proposal. The Contracting Authority will assess whether the composition of the team can be relied upon, including the degree of overlap with the Contracting Authority's field of activity and processes, the qualities and specialisations of the people and the relevant experience to be brought in. This will also assess whether an appropriate division of hours has been made between the various positions and whether this matches the work to be carried out. It will also be assessed whether continuity in the performance of the work is properly guaranteed and whether this does not impede the Contracting Authority. The CVs are limited to five (5) pages each and the approach and composition of the overall team may consist of a maximum of two (2) A4 (single-sided, including images, tables, figures, et cetera), Arial 10 font. References to other sub-Award Criteria are not permitted. Any references to media will not be assessed. If the maximum number of pages is exceeded, only the first five (5) and two (2) page will be assessed.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 18
Criterion :
Type : Price
Name : Price
Description : The Contractor must fully complete the attached Pricesheet with the rates (in Euro’s excluding taxes) for audit 1, 2 and 3 (Appendix 6). The hourly rates to be filled in apply at the experts performing the audits. VAT The maximum price excludes Dutch VAT. The maximum price further includes all taxes, levies or duties not specified herein, which have been or will be levied in or outside the Netherlands, by a country or part of a country (which has the power to levy taxes independently). Calculation of the score The formula to determine the score is as follows: The Contractor whose fixed total price is the lowest will get the maximum score of 250 points. The remaining Contractors will be scored pro rata according to the formula: (Lowest weighted fixed total price / weighted fixed total price Contractor) X (max. number of points) = score Contractor Instructions for filling in the Appendix 6, ‘Pricesheet’: • Prices are expressed in Euros (excluding VAT), rounded to no more than two decimal places. • The prices are all-in rates. • A possible graduated discount has been deducted from the total price. • Changing the prescribed text in the price Appendix (Appendix 6) is not permitted and can lead to exclusion of the further Tender Procedure.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 23
Criterion :
Type : Quality
Name : Pitch/Interview
Description : Any Contractor eligible for award, makes a short pitch of up to 10 minutes with a presentation to explain its audit approach. After the pitch, there is an opportunity for the Contracting Authority to ask clarification questions. The interview will last for a maximum of 50 minutes. The pitch will be provided by the audit team leader. A maximum of two (2) team members may be present at the subsequent interview. This number includes the person doing the pitch. The time for this will be determined later. The interview will take place without the presence of other Contractors. During the pitch and interview, the following competencies will be tested: 1. Communication skills a. Clear presentation: Are you able to explain complex financial topics clearly and understandably? b. Listening skills: Do you understand the Contracting Authority’s organisation's specific needs and questions? 2. Problem-solving ability a. Pragmatic approach: Can you respond quickly and effectively to unexpected situations or problems? 3. Organisation and planning a. Efficiency and time management: Can you deliver your work on time and within budget? b. Flexibility: Are you able to respond to changing circumstances or requirements? 4. Innovative thinking: How do you innovate your approach to add value? 5. Specific requirements of the Contracting Authority a. Industry knowledge: Understanding of the Contracting Authority’s specific industry or sector and its challenges. b. Customised solutions: How do you tailor your approach to the needs of the Contracting Authority’s organisation? Only these competences are assessed. The score is determined based on the behaviour observed by the assessment team during both parts. The content of the submitted Proposals is not assessed here. The pitch and the interview are a snapshot of the Contractors. To achieve a fair comparison, the conditions under which all Contractors underwent it have been kept as similar as possible.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 13
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 24/02/2025 23:59 +01:00
Address of the procurement documents : https://www.tenderned.nl/aankondigingen/overzicht/365474

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Description of the financial guarantee : Agreement on the tender documents and the tender procedure to be followed-Suitability requirements (appendix 1)-ARVODI 2018 (appendix 5), concept agreement (appendix 7) and Non-Disclosure Agreement (appendix 13)-Concept Waiting Room Agreement (appendix 8)-Holding Statement (appendix 3)-The Contractor who receives the award-intention, submits the following documents:
Deadline for receipt of tenders : 14/04/2025 13:00 +02:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 14/04/2025 13:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Invest International B.V. - Louis Kers, legal councel Invest International
Review organisation : Invest International B.V. - Rechtbank Den Haag
Organisation providing additional information about the procurement procedure : Invest International B.V. -
Organisation providing more information on the review procedures : Invest International B.V. -
Organisation receiving requests to participate : Invest International B.V. -

8. Organisations

8.1 ORG-0001

Official name : Invest International B.V.
Registration number : 468010083
Postal address : Bezuidenhoutseweg 12
Town : 's-Gravenhage
Postcode : 2594AV
Country subdivision (NUTS) : Agglomeratie ’s-Gravenhage ( NL332 )
Country : Netherlands
Contact point : Angela van der Sluijs
Telephone : +31 635119442
Other contact points :
Official name : Louis Kers, legal councel Invest International
Postal address : Bezuidenhoutseweg 12Bezuidenhoutseweg
Town : Den Haag
Postcode : 2494 AV
Country subdivision (NUTS) : Agglomeratie ’s-Gravenhage ( NL332 )
Country : Netherlands
Contact point : Louis Kers
Telephone : +31 619212007
Other contact points :
Official name : Rechtbank Den Haag
Town : Den Haag
Postcode : 2595AJ
Country subdivision (NUTS) : Agglomeratie ’s-Gravenhage ( NL332 )
Country : Netherlands
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Notice information
Notice identifier/version : 09d70ac9-9a09-477f-a8c2-4aeb0be76e11 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 28/01/2025 16:15 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00066285-2025
OJ S issue number : 21/2025
Publication date : 30/01/2025