- Scope of the procurement
- Audit Services: Lot One - approx 18 percent of overall work by value
- Audit Services: Lot Two - approx 16 percent of overall work by value
- Audit Services: Lot Three - approx 14 percent of overall work by value
- Audit Services: Lot Four - approx 12 percent of overall work by value
- Audit Services: Lot Five - approx 8 percent of overall work by value
- Audit Services: Lot Six - approx 7 percent of overall work by value
- Audit Services: Lot Seven (A) - approx 1 percent of overall work by value
- Audit Services: Lot Seven (B) - approx 1 percent of overall work by value
- Audit Services: Lot Seven (C) - approx 1 percent of overall work by value (development lot) (will not include PIE or MLA audits)
- Audit Services: Lot Seven (D) - approx 0.5 percent of overall work by value (development lot) (will not include PIE or MLA audits)
- Audit Services: Lot Eight - approx 5 percent of overall work by value
- Audit Services: Lot Nine - approx 5 percent of overall work by value
- Audit Services: Lot Ten - approx 4 percent of overall work by value
- Lot Eleven - approx 2.25 percent of overall work by value (development lot) (will not include PIE or MLA audits)
- Lot Twelve - approx 2.25 percent of overall work by value (development lot) (will not include PIE or MLA audits)
- Lot Thirteen - approx 0.5 percent of overall work by value (development lot) (will not include PIE or MLA audits)
Section one: Contracting authority
one.1) Name and addresses
Public Sector Audit Appointments Ltd
18 Smith Square
London
SW1P 3HZ
Contact
Julie Schofield
Telephone
+44 7818562920
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Economic and financial affairs
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Audit services for opted-in eligible bodies in England 2022
Reference number
631057310
two.1.2) Main CPV code
- 79200000 - Accounting, auditing and fiscal services
two.1.3) Type of contract
Services
two.1.4) Short description
The procurement covers the audits of the accounts (as per the Code of Audit Practice) of eligible bodies across England that opt in for the purposes of the appointment of auditors under the provisions of the Local Audit and Accountability Act 2014 and the requirements of the Local Audit (Appointing Person) Regulations 2015. Eligible entities include local councils, combined authorities, police and crime commissioners, police, fire and crime commissioners, chief constables, fire and rescue authorities, waste authorities, passenger transport executives and national park authorities.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £175,000,000
two.2) Description
two.2.1) Title
Audit Services: Lot One - approx 18 percent of overall work by value
Lot No
01
two.2.2) Additional CPV code(s)
- 79210000 - Accounting and auditing services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Auditing the accounts (as per the Code of Audit Practice) of approximately 18% (measured by reference to aggregate scale fees) of eligible bodies that opt in to the appointing person scheme. This may include opted-in bodies that are classed as Public Interest Entities. Eligible bodies include local councils, combined authorities, police and crime commissioners, police, fire and crime commissioners, chief constables, fire and rescue authorities, waste authorities, passenger transport executives and national park authorities.
Potential suppliers in their response to the Invitation to Tender will have the option to specify up to four County/Combined Authority areas from a predefined list which would be least attractive/convenient for them to audit.
The estimated lot size is based on the current scale fees, so the financial amount may increase or decrease depending on the outcome of the procurement.
two.2.5) Award criteria
Quality criterion - Name: Approach including transition between audit firms / Weighting: 10
Quality criterion - Name: Audit delivery: quality assurance and capability / Weighting: 25
Quality criterion - Name: Audit delivery: resourcing and capacity / Weighting: 20
Quality criterion - Name: Communications / Weighting: 20
Quality criterion - Name: Social value / Weighting: 5
Cost criterion - Name: Price / Weighting: 20
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
two.2.14) Additional information
Contract includes the option by mutual agreement to extend the term for up to a further 2 years
two.2) Description
two.2.1) Title
Audit Services: Lot Two - approx 16 percent of overall work by value
Lot No
2
two.2.2) Additional CPV code(s)
- 79210000 - Accounting and auditing services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Auditing the accounts (as per the Code of Audit Practice) of approximately 16% (measured by reference to aggregate scale fees) of eligible bodies that opt in to the appointing person scheme. This may include opted-in bodies that are classed as Public Interest Entities. Eligible bodies include local councils, combined authorities, police and crime commissioners, police, fire and crime commissioners, chief constables, fire and rescue authorities, waste authorities, passenger transport executives and national park authorities.
Potential suppliers in their response to the Invitation to Tender will have the option to specify up to four County/Combined Authority areas from a predefined list which would be least attractive/convenient for them to audit.
The estimated lot size is based on the current scale fees, so the financial amount may increase or decrease depending on the outcome of the procurement.
two.2.5) Award criteria
Quality criterion - Name: Approach including transition between audit firms / Weighting: 10
Quality criterion - Name: Audit delivery: quality assurance and capability / Weighting: 25
Quality criterion - Name: Audit delivery: resourcing and capacity / Weighting: 20
Quality criterion - Name: Communications / Weighting: 20
Quality criterion - Name: Social value / Weighting: 5
Cost criterion - Name: Price / Weighting: 20
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
two.2.14) Additional information
Contract includes the option by mutual agreement to extend the term for up to a further 2 years
two.2) Description
two.2.1) Title
Audit Services: Lot Three - approx 14 percent of overall work by value
Lot No
3
two.2.2) Additional CPV code(s)
- 79210000 - Accounting and auditing services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Auditing the accounts (as per the Code of Audit Practice) of approximately 14% (measured by reference to aggregate scale fees) of eligible bodies that opt in to the appointing person scheme. This may include opted-in bodies that are classed as Public Interest Entities. Eligible bodies include local councils, combined authorities, police and crime commissioners, police, fire and crime commissioners, chief constables, fire and rescue authorities, waste authorities, passenger transport executives and national park authorities.
Potential suppliers in their response to the Invitation to Tender will have the option to specify up to four County/Combined Authority areas from a predefined list which would be least attractive/convenient for them to audit.
The estimated lot size is based on the current scale fees, so the financial amount may increase or decrease depending on the outcome of the procurement.
two.2.5) Award criteria
Quality criterion - Name: Approach including transition between audit firms / Weighting: 10
Quality criterion - Name: Audit delivery: quality assurance and capability / Weighting: 25
Quality criterion - Name: Audit delivery: resourcing and capacity / Weighting: 20
Quality criterion - Name: Communications / Weighting: 20
Quality criterion - Name: : Social value / Weighting: 5
Cost criterion - Name: Price / Weighting: 20
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
two.2.14) Additional information
Contract includes the option by mutual agreement to extend the term for up to a further 2 years
two.2) Description
two.2.1) Title
Audit Services: Lot Four - approx 12 percent of overall work by value
Lot No
4
two.2.2) Additional CPV code(s)
- 79210000 - Accounting and auditing services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Auditing the accounts (as per the Code of Audit Practice) of approximately 12% (measured by reference to aggregate scale fees) of eligible bodies that opt in to the appointing person scheme. This may include opted-in bodies that are classed as Public Interest Entities. Eligible bodies include local councils, combined authorities, police and crime commissioners, police, fire and crime commissioners, chief constables, fire and rescue authorities, waste authorities, passenger transport executives and national park authorities.
Potential suppliers in their response to the Invitation to Tender will have the option to specify up to four County/Combined Authority areas from a predefined list which would be least attractive/convenient for them to audit.
The estimated lot size is based on the current scale fees, so the financial amount may increase or decrease depending on the outcome of the procurement.
two.2.5) Award criteria
Quality criterion - Name: Approach including transition between audit firms / Weighting: 10
Quality criterion - Name: Audit delivery: quality assurance and capability / Weighting: 25
Quality criterion - Name: Audit delivery: resourcing and capacity / Weighting: 20
Quality criterion - Name: Communications / Weighting: 20
Quality criterion - Name: Social value / Weighting: 5
Cost criterion - Name: Price / Weighting: 20
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
two.2.14) Additional information
Contract includes the option by mutual agreement to extend the term for up to a further 2 years
two.2) Description
two.2.1) Title
Audit Services: Lot Five - approx 8 percent of overall work by value
Lot No
5
two.2.2) Additional CPV code(s)
- 79210000 - Accounting and auditing services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Auditing the accounts (as per the Code of Audit Practice) of approximately 8% (measured by reference to aggregate scale fees) of eligible bodies that opt in to the appointing person scheme. This may include opted-in bodies that are classed as Public Interest Entities. Eligible bodies include local councils, combined authorities, police and crime commissioners, police, fire and crime commissioners, chief constables, fire and rescue authorities, waste authorities, passenger transport executives and national park authorities.
Potential suppliers in their response to the Invitation to Tender will have the option to specify up to four County/Combined Authority areas from a predefined list which would be least attractive/convenient for them to audit.
The estimated lot size is based on the current scale fees, so the financial amount may increase or decrease depending on the outcome of the procurement.
two.2.5) Award criteria
Quality criterion - Name: Approach including transition between audit firms / Weighting: 10
Quality criterion - Name: Audit delivery: quality assurance and capability / Weighting: 25
Quality criterion - Name: Audit delivery: resourcing and capacity / Weighting: 20
Quality criterion - Name: Communications / Weighting: 20
Quality criterion - Name: Social value / Weighting: 5
Cost criterion - Name: Price / Weighting: 20
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
two.2.14) Additional information
Contract includes the option by mutual agreement to extend the term for up to a further 2 years
two.2) Description
two.2.1) Title
Audit Services: Lot Six - approx 7 percent of overall work by value
Lot No
6
two.2.2) Additional CPV code(s)
- 79210000 - Accounting and auditing services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Auditing the accounts (as per the Code of Audit Practice) of approximately 7% (measured by reference to aggregate scale fees) of eligible bodies that opt in to the appointing person scheme. This may include opted-in bodies that are classed as Public Interest Entities. Eligible bodies include local councils, combined authorities, police and crime commissioners, police, fire and crime commissioners, chief constables, fire and rescue authorities, waste authorities, passenger transport executives and national park authorities.
Potential suppliers in their response to the Invitation to Tender will have the option to specify up to four County/Combined Authority areas from a predefined list which would be least attractive/convenient for them to audit.
The estimated lot size is based on the current scale fees, so the financial amount may increase or decrease depending on the outcome of the procurement.
two.2.5) Award criteria
Quality criterion - Name: Approach including transition between audit firms / Weighting: 10
Quality criterion - Name: Audit delivery: quality assurance and capability / Weighting: 25
Quality criterion - Name: Audit delivery: resourcing and capacity / Weighting: 20
Quality criterion - Name: Communications / Weighting: 20
Quality criterion - Name: Social value / Weighting: 5
Cost criterion - Name: Price / Weighting: 20
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
two.2.14) Additional information
Contract includes the option by mutual agreement to extend the term for up to a further 2 years
two.2) Description
two.2.1) Title
Audit Services: Lot Seven (A) - approx 1 percent of overall work by value
Lot No
7A
two.2.2) Additional CPV code(s)
- 79210000 - Accounting and auditing services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Auditing the accounts (as per the Code of Audit Practice) of approximately 1% (measured by reference to aggregate scale fees) of eligible bodies that opt in to the appointing person scheme. This may include opted-in bodies that are classed as Public Interest Entities. Eligible bodies include local councils, combined authorities, police and crime commissioners, police, fire and crime commissioners, chief constables, fire and rescue authorities, waste authorities, passenger transport executives and national park authorities.
Potential suppliers in their response to the Invitation to Tender will have the option to specify up to four County/Combined Authority areas from a predefined list which would be least attractive/convenient for them to audit.
The estimated lot size is based on the current scale fees, so the financial amount may increase or decrease depending on the outcome of the procurement.
two.2.5) Award criteria
Quality criterion - Name: Approach including transition between audit firms / Weighting: 10
Quality criterion - Name: Audit delivery: quality assurance and capability / Weighting: 25
Quality criterion - Name: Audit delivery: resourcing and capacity / Weighting: 20
Quality criterion - Name: Communications / Weighting: 20
Quality criterion - Name: Social value / Weighting: 5
Cost criterion - Name: Price / Weighting: 20
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
two.2.14) Additional information
Contract includes the option by mutual agreement to extend the term for up to a further 2 years
two.2) Description
two.2.1) Title
Audit Services: Lot Seven (B) - approx 1 percent of overall work by value
Lot No
7B
two.2.2) Additional CPV code(s)
- 79210000 - Accounting and auditing services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Auditing the accounts (as per the Code of Audit Practice) of approximately 1% (measured by reference to aggregate scale fees) of eligible bodies that opt in to the appointing person scheme. This may include opted-in bodies that are classed as Public Interest Entities. Eligible bodies include local councils, combined authorities, police and crime commissioners, police, fire and crime commissioners, chief constables, fire and rescue authorities, waste authorities, passenger transport executives and national park authorities.
Potential suppliers in their response to the Invitation to Tender will have the option to specify up to four County/Combined Authority areas from a predefined list which would be least attractive/convenient for them to audit.
The estimated lot size is based on the current scale fees, so the financial amount may increase or decrease depending on the outcome of the procurement.
two.2.5) Award criteria
Quality criterion - Name: Approach including transition between audit firms / Weighting: 10
Quality criterion - Name: Audit delivery: quality assurance and capability / Weighting: 25
Quality criterion - Name: Audit delivery: resourcing and capacity / Weighting: 20
Quality criterion - Name: Communications / Weighting: 20
Quality criterion - Name: Social value / Weighting: 5
Cost criterion - Name: Price / Weighting: 20
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
two.2.14) Additional information
Contract includes the option by mutual agreement to extend the term for up to a further 2 years
two.2) Description
two.2.1) Title
Audit Services: Lot Seven (C) - approx 1 percent of overall work by value (development lot) (will not include PIE or MLA audits)
Lot No
7C
two.2.2) Additional CPV code(s)
- 79210000 - Accounting and auditing services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Auditing the accounts (as per the Code of Audit Practice) of approximately 1% (measured by reference to aggregate scale fees) of eligible bodies that opt in to the appointing person scheme. It will contain the following types of opted-in bodies (District councils, police and fire bodies, LG functional bodies, combined authorities, national parks, waste disposal authorities, pension authorities, LG miscellaneous bodies and other local government bodies), but will not contain any Public Interest Entities nor Major Local Audits.
Potential suppliers in their response to the Invitation to Tender will have the option to specify up to four County/Combined Authority areas from a predefined list in which you are able to undertake audits.
The estimated lot size is based on the current scale fees, so the financial amount may increase or decrease depending on the outcome of the procurement.
two.2.5) Award criteria
Quality criterion - Name: Approach including transition between audit firms / Weighting: 10
Quality criterion - Name: Audit delivery: quality assurance and capability / Weighting: 25
Quality criterion - Name: Audit delivery: resourcing and capacity / Weighting: 20
Quality criterion - Name: Communications / Weighting: 20
Quality criterion - Name: Social value / Weighting: 5
Cost criterion - Name: Price / Weighting: 20
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
two.2.14) Additional information
Contract includes the option by mutual agreement to extend the term for up to a further 2 years
two.2) Description
two.2.1) Title
Audit Services: Lot Seven (D) - approx 0.5 percent of overall work by value (development lot) (will not include PIE or MLA audits)
Lot No
7D
two.2.2) Additional CPV code(s)
- 79210000 - Accounting and auditing services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Auditing the accounts (as per the Code of Audit Practice) of approximately 0.5% (measured by reference to aggregate scale fees) of eligible bodies that opt in to the appointing person scheme. It will contain the following types of opted-in bodies (District councils, Police and fire bodies, LG functional bodies, combined authorities, national parks, waste disposal authorities, pension authorities, LG miscellaneous bodies and other local government bodies), but will not contain any Public Interest Entities nor Major Local Audits.
Potential suppliers in their response to the Invitation to Tender will have the option to specify up to four County/Combined Authority areas from a predefined list in which you are able to undertake audits.
The estimated lot size is based on the current scale fees, so the financial amount may increase or decrease depending on the outcome of the procurement.
two.2.5) Award criteria
Quality criterion - Name: Approach including transition between audit firms / Weighting: 10
Quality criterion - Name: Audit delivery: quality assurance and capability / Weighting: 25
Quality criterion - Name: Audit delivery: resourcing and capacity / Weighting: 20
Quality criterion - Name: Communications / Weighting: 20
Quality criterion - Name: Social value / Weighting: 5
Cost criterion - Name: Price / Weighting: 20
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
two.2.14) Additional information
Contract includes the option by mutual agreement to extend the term for up to a further 2 years
two.2) Description
two.2.1) Title
Audit Services: Lot Eight - approx 5 percent of overall work by value
Lot No
8
two.2.2) Additional CPV code(s)
- 79210000 - Accounting and auditing services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Auditing the accounts (as per the Code of Audit Practice) of approximately 5% (measured by reference to aggregate scale fees) of eligible bodies that opt in to the appointing person scheme. It will not include any opted-in bodies that are classed as Public Interest Entities. Eligible bodies include local councils, combined authorities, police and crime commissioners, police, fire and crime commissioners, chief constables, fire and rescue authorities, waste authorities, passenger transport executives and national park authorities.
Potential suppliers in their response to the Invitation to Tender will have the option to specify up to four County/Combined Authority areas from a predefined list which would be least attractive/convenient for them to audit.
The estimated lot size is based on the current scale fees, so the financial amount may increase or decrease depending on the outcome of the procurement.
two.2.5) Award criteria
Quality criterion - Name: Approach including transition between audit firms / Weighting: 10
Quality criterion - Name: Audit delivery: quality assurance and capability / Weighting: 25
Quality criterion - Name: Audit delivery: resourcing and capacity / Weighting: 20
Quality criterion - Name: Communications / Weighting: 20
Quality criterion - Name: Social value / Weighting: 5
Cost criterion - Name: Price / Weighting: 20
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
two.2.14) Additional information
Contract includes the option by mutual agreement to extend the term for up to a further 2 years
two.2) Description
two.2.1) Title
Audit Services: Lot Nine - approx 5 percent of overall work by value
Lot No
9
two.2.2) Additional CPV code(s)
- 79210000 - Accounting and auditing services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Auditing the accounts (as per the Code of Audit Practice) of approximately 5% (measured by reference to aggregate scale fees) of eligible bodies that opt in to the appointing person scheme. It will not include any opted-in bodies that are classed as Public Interest Entities. Eligible bodies include local councils, combined authorities, police and crime commissioners, police, fire and crime commissioners, chief constables, fire and rescue authorities, waste authorities, passenger transport executives and national park authorities.
Potential suppliers in their response to the Invitation to Tender will have the option to specify up to four County/Combined Authority areas from a predefined list which would be least attractive/convenient for them to audit.
The estimated lot size is based on the current scale fees, so the financial amount may increase or decrease depending on the outcome of the procurement.
two.2.5) Award criteria
Quality criterion - Name: Approach including transition between audit firms / Weighting: 10
Quality criterion - Name: Audit delivery: quality assurance and capability / Weighting: 25
Quality criterion - Name: Audit delivery: resourcing and capacity / Weighting: 20
Quality criterion - Name: Communications / Weighting: 20
Quality criterion - Name: Social value / Weighting: 5
Cost criterion - Name: Price / Weighting: 20
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
two.2.14) Additional information
Contract includes the option by mutual agreement to extend the term for up to a further 2 years
two.2) Description
two.2.1) Title
Audit Services: Lot Ten - approx 4 percent of overall work by value
Lot No
10
two.2.2) Additional CPV code(s)
- 79210000 - Accounting and auditing services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Auditing the accounts (as per the Code of Audit Practice) of approximately 4% (measured by reference to aggregate scale fees) of eligible bodies that opt in to the appointing person scheme. It will not include any opted-in bodies that are classed as Public Interest Entities. Eligible bodies include local councils, combined authorities, police and crime commissioners, police, fire and crime commissioners, chief constables, fire and rescue authorities, waste authorities, passenger transport executives and national park authorities.
Potential suppliers in their response to the Invitation to Tender will have the option to specify up to four County/Combined Authority areas from a predefined list which would be least attractive/convenient for them to audit.
The estimated lot size is based on the current scale fees, so the financial amount may increase or decrease depending on the outcome of the procurement.
two.2.5) Award criteria
Quality criterion - Name: Approach including transition between audit firms / Weighting: 10
Quality criterion - Name: Audit delivery: quality assurance and capability / Weighting: 25
Quality criterion - Name: Audit delivery: resourcing and capacity / Weighting: 20
Quality criterion - Name: Communications / Weighting: 20
Quality criterion - Name: Social value / Weighting: 5
Cost criterion - Name: Price / Weighting: 20
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
two.2.14) Additional information
Contract includes the option by mutual agreement to extend the term for up to a further 2 years
two.2) Description
two.2.1) Title
Lot Eleven - approx 2.25 percent of overall work by value (development lot) (will not include PIE or MLA audits)
Lot No
11
two.2.2) Additional CPV code(s)
- 79210000 - Accounting and auditing services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Auditing the accounts (as per the Code of Audit Practice) of approximately 2.25% (measured by reference to aggregate scale fees) of eligible bodies that opt in to the appointing person scheme. It will contain the following types of opted-in bodies (District councils, Police and fire bodies, LG functional bodies, combined authorities, national parks, waste disposal authorities, pension authorities, LG miscellaneous bodies and other local government bodies), but will not contain any Public Interest Entities nor Major Local Audits.
Potential suppliers in their response to the Invitation to Tender will have the option to specify up to four County/Combined Authority areas from a predefined list in which you are able to undertake audits.
The estimated lot size is based on the current scale fees, so the financial amount may increase or decrease depending on the outcome of the procurement.
two.2.5) Award criteria
Quality criterion - Name: Approach including transition between audit firms / Weighting: 10
Quality criterion - Name: Audit delivery: quality assurance and capability / Weighting: 25
Quality criterion - Name: Audit delivery: resourcing and capacity / Weighting: 20
Quality criterion - Name: Communications / Weighting: 20
Quality criterion - Name: Social value / Weighting: 5
Cost criterion - Name: Price / Weighting: 20
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
two.2.14) Additional information
Contract includes the option by mutual agreement to extend the term for up to a further 2 years
two.2) Description
two.2.1) Title
Lot Twelve - approx 2.25 percent of overall work by value (development lot) (will not include PIE or MLA audits)
Lot No
12
two.2.2) Additional CPV code(s)
- 79210000 - Accounting and auditing services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Auditing the accounts (as per the Code of Audit Practice) of approximately 2.25% (measured by reference to aggregate scale fees) of eligible bodies that opt in to the appointing person scheme. It will contain the following types of opted-in bodies (District councils, Police and fire bodies, LG functional bodies, combined authorities, national parks, waste disposal authorities, pension authorities, LG miscellaneous bodies and other local government bodies), but will not contain any Public Interest Entities nor Major Local Audits.
Potential suppliers in their response to the Invitation to Tender will have the option to specify up to four County/Combined Authority areas from a predefined list in which you are able to undertake audits.
The estimated lot size is based on the current scale fees, so the financial amount may increase or decrease depending on the outcome of the procurement.
two.2.5) Award criteria
Quality criterion - Name: Approach including transition between audit firms / Weighting: 10
Quality criterion - Name: Audit delivery: quality assurance and capability / Weighting: 25
Quality criterion - Name: Audit delivery: resourcing and capacity / Weighting: 20
Quality criterion - Name: Communications / Weighting: 20
Quality criterion - Name: Social value / Weighting: 5
Cost criterion - Name: Price / Weighting: 20
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
two.2.14) Additional information
Contract includes the option by mutual agreement to extend the term for up to a further 2 years
two.2) Description
two.2.1) Title
Lot Thirteen - approx 0.5 percent of overall work by value (development lot) (will not include PIE or MLA audits)
Lot No
13
two.2.2) Additional CPV code(s)
- 79210000 - Accounting and auditing services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Auditing the accounts (as per the Code of Audit Practice) of approximately 0.5% (measured by reference to aggregate scale fees) of eligible bodies that opt in to the appointing person scheme. It will contain the following types of opted-in bodies (District councils, Police and fire bodies, LG functional bodies, combined authorities, national parks, waste disposal authorities, pension authorities, LG miscellaneous bodies and other local government bodies), but will not contain any Public Interest Entities nor Major Local Audits.
Potential suppliers in their response to the Invitation to Tender will have the option to specify up to four County/Combined Authority areas from a predefined list in which you are able to undertake audits.
The estimated lot size is based on the current scale fees, so the financial amount may increase or decrease depending on the outcome of the procurement.
two.2.5) Award criteria
Quality criterion - Name: Approach including transition between audit firms / Weighting: 10
Quality criterion - Name: Audit delivery: quality assurance and capability / Weighting: 25
Quality criterion - Name: Audit delivery: resourcing and capacity / Weighting: 20
Quality criterion - Name: Communications / Weighting: 20
Quality criterion - Name: Social value / Weighting: 5
Cost criterion - Name: Price / Weighting: 20
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
two.2.14) Additional information
Contract includes the option by mutual agreement to extend the term for up to a further 2 years
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-003306
Section five. Award of contract
Contract No
2022/S 000-003306 (01)
Lot No
1
Title
Lot One - approx 18 percent of overall work by value
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 December 2022
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Grant Thornton (UK) LLP
30 Finsbury Square
London
EC2A 1AG
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
OC307742
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: £29,700,000
Total value of the contract/lot: £31,500,000
Section five. Award of contract
Contract No
2022/S 000-003306 (02)
Lot No
2
Title
Lot Two - approx 16 percent of overall work by value
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
30 November 2022
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Mazars LLP
30 Old Bailey
London
EC4M 7AU
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
OC308299
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: £26,400,000
Total value of the contract/lot: £28,875,000
Section five. Award of contract
Contract No
2022/S 000-003306 (03)
Lot No
3
Title
Lot Three - approx 14 percent of overall work by value
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 December 2022
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Grant Thornton (UK) LLP
30 Finsbury Square
London
EC2A 1AG
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
OC307742
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: £23,100,000
Total value of the contract/lot: £24,500,000
Section five. Award of contract
Contract No
2022/S 000-003306 (04)
Lot No
4
Title
Lot Four - approx 12 percent of overall work by value
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 December 2022
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
ERNST & YOUNG LLP
1 More London Place
London
SE1 2AF
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
OC300001
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: £19,800,000
Total value of the contract/lot: £21,000,000
Section five. Award of contract
Contract No
2022/S 000-003306 (05)
Lot No
5
Title
Lot Five - approx 8 percent of overall work by value
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 December 2022
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
ERNST & YOUNG LLP
1 More London Place
London
SE1 2AF
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
OC300001
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: £13,200,000
Total value of the contract/lot: £14,000,000
Section five. Award of contract
Contract No
2022/S 000-003306 (06)
Lot No
6
Title
Lot Six - approx 7 percent of overall work by value
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
17 November 2022
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
KPMG LLP
15 Canada Square
London
E14 5GL
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
OC301540
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: £11,550,000
Total value of the contract/lot: £14,000,000
Section five. Award of contract
Contract No
2022/S 000-003306 (07A)
Lot No
7
Title
Lot Seven (A) - approx 1 percent of overall work by value
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
30 November 2022
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Mazars LLP
30 Old Bailey
London
EC4M 7AU
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
OC308299
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: £1,750,000
Total value of the contract/lot: £1,750,000
Section five. Award of contract
Contract No
2022/S 000-003306 (07B)
Lot No
7
Title
Lot Seven (B) - approx 1 percent of overall work by value
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section five. Award of contract
Contract No
2022/S 000-003306 (07C)
Lot No
7
Title
Lot Seven (C) - approx 1 percent of overall work by value (development lot) (will not include PIE or MLA audits)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 November 2022
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Bishop Fleming LLP
2nd Floor Stratus House, Emperor Way, Exeter Business Park
Exeter
EX1 3QS
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
OC391282
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: £1,750,000
Total value of the contract/lot: £2,625,000
Section five. Award of contract
Contract No
2022/S 000-003306 (07D)
Lot No
7
Title
Lot Seven (D) - approx 0.5 percent of overall work by value (development lot) (will not include PIE or MLA audits)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 December 2022
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
AZETS AUDIT SERVICES LIMITED
2nd Floor, Regis House, 45 King William Street
London
EC4R 9AN
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
09652677
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: £875,000
Total value of the contract/lot: £875,000
Section five. Award of contract
Contract No
2022/S 000-003306 (08)
Lot No
8
Title
Lot Eight - approx 5 percent of overall work by value (will not include PIE audits)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
30 November 2022
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Mazars LLP
30 Old Bailey
London
EC4M 7AU
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
OC308299
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: £8,250,000
Total value of the contract/lot: £8,750,000
Section five. Award of contract
Contract No
2022/S 000-003306 (09)
Lot No
9
Title
Lot Nine - approx 5 percent of overall work by value (will not include PIE audits)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
17 November 2022
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
KPMG LLP
15 Canada Square
London
E14 5GL
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
OC301540
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: £8,250,000
Total value of the contract/lot: £10,500,000
Section five. Award of contract
Contract No
2022/S 000-003306 (10)
Lot No
10
Title
Lot Ten - approx 4 percent of overall work by value (will not include PIE audits)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 December 2022
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Grant Thornton (UK) LLP
30 Finsbury Square
London
EC2A 1AG
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
OC307742
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: £6,600,000
Total value of the contract/lot: £7,000,000
Section five. Award of contract
Contract No
2022/S 000-003306 (11)
Lot No
11
Title
Lot Eleven - approx 2.25 percent of overall work by value (development lot) (will not include PIE or MLA audits)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 December 2022
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
AZETS AUDIT SERVICES LIMITED
2nd Floor, Regis House, 45 King William Street
London
EC4R 9AN
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
09652677
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: £3,712,500
Total value of the contract/lot: £3,937,500
Section five. Award of contract
Contract No
2022/S 000-003306 (12)
Lot No
12
Title
Lot Twelve - approx 2.25 percent of overall work by value (development lot) (will not include PIE nor MLA audits)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 November 2022
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Bishop Fleming LLP
2nd Floor Stratus House, Emperor Way, Exeter Business Park
Exeter
EX1 3QS
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
OC391282
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: £3,712,500
Total value of the contract/lot: £3,937,500
Section five. Award of contract
Contract No
2022/S 000-003306 (13)
Lot No
13
Title
Lot Thirteen - approx 0.5 percent of overall work by value (development lot) (will not include PIE nor MLA audits)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 December 2022
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
AZETS AUDIT SERVICES LIMITED
2nd Floor, Regis House, 45 King William Street
London
EC4R 9AN
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
09652677
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: £825,000
Total value of the contract/lot: £875,000
Section five. Award of contract
Contract No
2022/S 000-003306 (07)
Lot No
7
Title
Lot Seven - approx 6 percent of overall work by value
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section six. Complementary information
six.3) Additional information
Lot value is expressed as ‘audited body notional value’ (ABNV), comprising the published scale fees for 2021/22 for opted-in bodies plus actual and estimated recurring fee variations for 2019/20 audits. Bids were expressed as a fixed proportion of the relevant ABNV. At ITT stage Lot values were revised based on an estimated annual value of £35m (up from £33m) due to the number of opted-in bodies from 2023/24 and the level of additional fees incorporated. All values are estimated and may change. Bodies will be allocated to a Lot once the procurement is completed, subject to consultation with them and suppliers. Lot 7 was unawarded so we created sub-lots 7A-7D and ran a supplementary procurement. We achieved 99.5% capacity which is sufficient due to the impact of recent and scheduled LGR.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=721067891" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=721067891
GO Reference: GO-20221212-PRO-21696225
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom