Tender

Audit Services Queens Cross Group 2022

  • Queens Cross Housing Association Ltd

F02: Contract notice

Notice identifier: 2022/S 000-010482

Procurement identifier (OCID): ocds-h6vhtk-032f90

Published 22 April 2022, 1:39pm



Section one: Contracting authority

one.1) Name and addresses

Queens Cross Housing Association Ltd

45 Firhill Road

Glasgow

G20 7BE

Contact

Neil Manley

Email

nmanley@qcha.org.uk

Telephone

+44 1419453003

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.qcha.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11502

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Other type

Registered Social Landlord

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Audit Services Queens Cross Group 2022

two.1.2) Main CPV code

  • 79212000 - Auditing services

two.1.3) Type of contract

Services

two.1.4) Short description

Queens Cross wishes to procure Internal and External Audit Services from two separate providers

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

External Audit Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 79210000 - Accounting and auditing services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

45 Firhill Rd Maryhill

Glasgow

two.2.4) Description of the procurement

Queens Cross wishes to procure external audit services

two.2.5) Award criteria

Quality criterion - Name: Business Process / Weighting: 20

Quality criterion - Name: Service Delivery / Weighting: 20

Quality criterion - Name: Performance Outputs / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 year possible extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Internal Audit Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 79212200 - Internal audit services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

45 Firhill Rd Maryhill

Glasgow

two.2.4) Description of the procurement

Queens Cross wishes to procure Internal and External Audit services as separate lots. A company can bid for both lots but can only be awarded one.

two.2.5) Award criteria

Quality criterion - Name: Business Process / Weighting: 20

Quality criterion - Name: Service Delivery / Weighting: 20

Quality criterion - Name: Performance Outputs / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Possible 2 year extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Senior staff that will be involved in management of the contract must hold a relevant accountancy or audit qualification that is accredited in the UK and applies in Scotland .

three.1.2) Economic and financial standing

List and brief description of selection criteria

Average Year turnover.

Minimum level(s) of standards possibly required

Bidders will be required to have an average yearly turnover of a minimum of 1 million GBP for the last 3 years.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Relevant qualification to provide internal and or external audit services.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

1 June 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 June 2022

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Full details are contained within the Invitation to Tender document

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=690961.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community Benefit requirements are contained within the Invitation to Tender document

(SC Ref:690961)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriffs Court

1 Carlton Place

Glasgow

G5 9DA

Telephone

+44 1414298888

Country

United Kingdom