Tender

HDC External Audit Services

  • Horsham District Council

F02: Contract notice

Notice identifier: 2022/S 000-014637

Procurement identifier (OCID): ocds-h6vhtk-033fd3

Published 25 May 2022, 1:42pm



Section one: Contracting authority

one.1) Name and addresses

Horsham District Council

Parkside, Chart Way

Horsham

RH12 1RL

Email

procurement@horsham.gov.uk

Country

United Kingdom

NUTS code

UKJ28 - West Sussex (North East)

Internet address(es)

Main address

https://www.sesharedservices.org.uk/esourcing

Buyer's address

https://www.sesharedservices.org.uk/esourcing

one.3) Communication

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

https://www.sesharedservices.org.uk/esourcing

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

HDC External Audit Services

Reference number

HMDC - 034552

two.1.2) Main CPV code

  • 79212000 - Auditing services

two.1.3) Type of contract

Services

two.1.4) Short description

Horsham District Council invites tenders for the provision of External Audit Services as set out in these documents.The contract will be for a five-year period for the 2023/24 to 2027/28 statement of accounts, commencing from 1 April 2023. The Council is procuring this contract following the Open Procedure* under the UK Public Contract Regulations 2015 and the Council’s Procurement Code. The Council will be awarding one Contract for the provision of all services detailed in the Specification. *Only registered firms, with accredited Key Audit Partners that must oversee the work, can be appointed from the list of external audit suppliers to the local government audit. These nine audit providers are accredited Key Audit Partners at the time of going out to tender: BDO, Cardens Accountants, Deloitte, EY, Grant Thornton, KPMG, Mazars, PriceWaterhouseCoopers and Azets Audit Services Ltd. Submissions from any other organisations will be immediately rejected from this process.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79212000 - Auditing services

two.2.3) Place of performance

NUTS codes
  • UKJ28 - West Sussex (North East)

two.2.4) Description of the procurement

Horsham District Council invites tenders for the provision of External Audit Services as set out in these documents.The contract will be for a five-year period for the 2023/24 to 2027/28 statement of accounts, commencing from 1 April 2023. The Council is procuring this contract following the Open Procedure* under the UK Public Contract Regulations 2015 and the Council’s Procurement Code. The Council will be awarding one Contract for the provision of all services detailed in the Specification. *Only registered firms, with accredited Key Audit Partners that must oversee the work, can be appointed from the list of external audit suppliers to the local government audit. These nine audit providers are accredited Key Audit Partners at the time of going out to tender: BDO, Cardens Accountants, Deloitte, EY, Grant Thornton, KPMG, Mazars, PriceWaterhouseCoopers and Azets Audit Services Ltd. Submissions from any other organisations will be immediately rejected from this process.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

List and brief description of selection criteria

The Council is procuring this contract following the Open Procedure* under the UK Public Contract Regulations 2015 and the Council’s Procurement Code. The Council will be awarding one Contract for the provision of all services detailed in the Specification. *Only registered firms, with accredited Key Audit Partners that must oversee the work, can be appointed from the list of external audit suppliers to the local government audit. These nine audit providers are accredited Key Audit Partners at the time of going out to tender: BDO, Cardens Accountants, Deloitte, EY, Grant Thornton, KPMG, Mazars, PriceWaterhouseCoopers and Azets Audit Services Ltd. Submissions from any other organisations will be immediately rejected from this process.

three.2) Conditions related to the contract

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

4 July 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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 July 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

Country

United Kingdom