Section one: Contracting authority
one.1) Name and addresses
METROPOLITAN THAMES VALLEY HOUSING
The Grange, 100 High Street, Southgate
London
N14 6PW
Telephone
+44 7701388562
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
2022-2023-075: Service Charge Audit
two.1.2) Main CPV code
- 79212000 - Auditing services
two.1.3) Type of contract
Services
two.1.4) Short description
MTVH is seeking a Service Charge Audit partner to provide the below audit services to our home ownership and service charge (HO & SC) team on a 3-year (+1, +1 year) contract term. This team is responsible for calculating the reconciliation of service charge accounts for homeowners, by way of analysing the costs attributable to the blocks and schemes within their patch. The officers will approve invoices and budget costs eligible to be charged back to residents when reviewed on the system. These costs vary from bulk and individual invoices, budget costs from other service areas and Managing agent service charge demands. A review of section 20 consultation compliance for service contracts is also undertaken. Another part of this aspect of reconciliation is to ensure compliance with the lease covenants for service charging including apportionments and sinking fund contributions.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £522,000
two.2) Description
two.2.2) Additional CPV code(s)
- 79212000 - Auditing services
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
Scope of Services The successful provider will support the HO & SC team in the following: 1.Reviewing a sample of leases to ensure that lease percentages and apportionments are applied and that costs recovered are allowable as per the lease. 2.Carry out and update our review of controls and systems, that are in place for the generation of service charge actual accounts and assess the adequacy of the controls. 3.To perform an analytical review between the prior year, estimates and actual costs included within the statements to identify significant variances and ensure movements are consistent with our findings. 4.Substantive testing of expenditure to supporting documentation to check that costs relate to communal service charges and have been charged to the correct scheme. 5.A review of management judgements made, on the costs charged to blocks/schemes/estates including accruals. 6.Agree the previous year’s surplus or deficits have been correctly treated within the year. 7.Agree the sinking fund balances and charges made to the statements are adequately recognised in the nominal ledger and interest has been correctly applied per the lease and legislation requirements. 8.Agree on income charges to contribution schedules and confirm the appropriate properties have been included. 9.Review compliance with the Landlord and Tenant Act 1985 for consultation on S20A major works and long-term contract notices are appropriately in place, as well as S.20B for the recovery of costs within the specific time limit. 10.Performing casting checks on statements for accuracy. 11.Provide the certification of the final accounts audit that can be issued to residents. 12.Recognise an upward pipeline of homeownership stock and service charge accounts to audit. All the reviews must be completed by the end of August each year for those units with a 31 March year end and by 31 May for those units with a 31 December year end. Account Management -Main point of contact for the duration of the audit -Level of seniority on the account to be a senior as the main lead -Availability of support to be for the whole duration of the audit until sign off -Technology to be compliant with GDPR and supported by a shared platform and carefully monitored with clear cascade of IT support where any failures occur. -Innovation sharing desirable, where updates on process improvements, best practices and lessons learned are shared following each audit. -Temporary point of contact to lead audit in the absence of Main lead of audit Service Level Agreements -Quick response times in line with 48 hours for queries, 72 hours for data quality queries. -Timetable agreed prior to the start of any audit -Resource of audit team to be confirmed for duration of the audit -Ratio of resources of audit team to number of accounts to be agreed -Quality of audit to hit agreed KPIs -Interim progress reports to be provided, including action plans for slippage on progress reports -Understand the provisions of Sections 18 to 30 of 1985 LTA and 151 CLARA -To 100% fully test an agreed minimum number of schemes Key Performance indicators -Accuracy of testing invoices -Be able to review all Section 20 Notices effectively and understand appropriate application -Achieve agreed Key Target dates throughout the audit -Review integrity of accounts for those agreed schemes during the audit and report back -Final reporting of audit to include recommendations
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 65
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Cost / Weighting: 25
two.2.11) Information about options
Options: No
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 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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-003820
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 April 2023
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Beever and Struthers
One Express, 1 George Leigh St
Manchester
Country
United Kingdom
NUTS code
- UKD33 - Manchester
National registration number
13539785
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £522,000
Total value of the contract/lot: £522,000
Section six. Complementary information
six.3) Additional information
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=779613866" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=779613866
GO Reference: GO-202354-PRO-22791039
six.4) Procedures for review
six.4.1) Review body
Metropolitan
London
Country
United Kingdom