Future opportunity

Audit & Assurance Services Two (A&AS2)

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F01: Prior information notice (prior information only)

Notice reference: 2023/S 000-025601

Published 31 August 2023, 11:58am



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Audit & Assurance Services Two (A&AS2)

Reference number

RM6310

two.1.2) Main CPV code

  • 79212000 - Auditing services

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Audit & Assurance Services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including but not limited to; Local Authorities, Health, Police, Fire and Rescue, Education, Charities, Third Sector, Housing Associations and Devolved Administrations.

The purpose of this PIN is to provide advance notice that CCS is to consider undertaking a tendering exercise to set up a new commercial agreement. Once available the ITT documentation for this procurement may be freely accessed here:

https://www.crowncommercial.gov.uk/agreements/RM6310

The lotting structure of this framework will be determined as a result of the market engagement.

two.1.5) Estimated total value

Value excluding VAT: £400,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 66113000 - Credit granting services
  • 66113100 - Micro-credit granting services
  • 66151000 - Financial market operational services
  • 66152000 - Financial market regulatory services
  • 72224200 - System quality assurance planning services
  • 72225000 - System quality assurance assessment and review services
  • 72810000 - Computer audit services
  • 75211200 - Foreign economic-aid-related services
  • 79200000 - Accounting, auditing and fiscal services
  • 79210000 - Accounting and auditing services
  • 79212100 - Financial auditing services
  • 79212110 - Corporate governance rating services
  • 79212200 - Internal audit services
  • 79212300 - Statutory audit services
  • 79212400 - Fraud audit services
  • 79212500 - Accounting review services
  • 79311410 - Economic impact assessment
  • 79313000 - Performance review services
  • 90714000 - Environmental auditing
  • 90714200 - Corporate environmental auditing services
  • 90714300 - Sectoral environmental auditing services
  • 90714400 - Activity specific environmental auditing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Audit & Assurance Services Two (A&AS2)

two.3) Estimated date of publication of contract notice

13 January 2025


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

CCS invites suggestions and feedback on the scope of RM6310 A&AS2 including its lots and structure from the market.

CCS will be running the first round of supplier engagement, consisting of a face to face session and an identical virtual session.

The face to face session will be limited to a maximum of 1 delegate per organisation. The places will be allocated on a first come first served basis.

Details of the supplier engagement sessions and subsequent session(s) are included in the link below. https://www.crowncommercial.gov.uk/agreements/RM6310

Presentations will be made available after the session(s) on this page.

Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk.

Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

Services will be delivered primarily within the United Kingdom, with some limited requirements overseas.

The value in II.1.5 is an indicative value over the lifetime of the framework (4 years). Link to agreement: https://www.crowncommercial.gov.uk/agreements/RM6310

The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.

To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials compliant for the services under and in connection with the procurement.

The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the [Framework Agreement] Schedule, “Security Requirement and Plan”, to meet [Framework Agreement] requirements. This will be released at the ITT stage.

A Future Opportunity on contract finder can be found here: https://www.contractsfinder.service.gov.uk/Notice/Manage/Review/4613a0b3-841d-4caa-86ce-ab0c0714e43f