Tender

External Auditor Services

  • Development Bank of Wales

F02: Contract notice

Notice identifier: 2024/S 000-038568

Procurement identifier (OCID): ocds-h6vhtk-04c112

Published 29 November 2024, 11:11am



Section one: Contracting authority

one.1) Name and addresses

Development Bank of Wales

Development Bank of Wales plc, Unit J, Yale Business Village, Ellis Way

Wrexham

LL13 7Y

Contact

leanne m millard

Email

procurement@developmentbank.wales

Telephone

+44 2920338100

Fax

+44 2920338101

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://www.developmentbank.wales

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0555

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

https://etenderwales.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Finance


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

External Auditor Services

Reference number

DBW00116.00

two.1.2) Main CPV code

  • 79212000 - Auditing services

two.1.3) Type of contract

Services

two.1.4) Short description

DBW wishes to procure external audit services for the group for the financial year ended 31 March 2026 which should include:

The audit of the group’s Annual Report and Financial Statements, prepared under IFRS, noting that any future changes to IFRS should be incorporated into all future audits under this agreement.

The audit of the group’s subsidiary accounts, to include:

Limited companies and General partners, prepared under FRS101

Limited Partnerships, one of which is consolidated and is prepared under FRS101, the remainder are non-consolidated and prepared under FRS102

Client Asset Sourcebook (CASS) assurance for FW Capital

Providing audit confirmations on a Component Auditor basis to the Welsh Audit Wales Office.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79212100 - Financial auditing services
  • 79212000 - Auditing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Cardiff

two.2.4) Description of the procurement

DBW wishes to procure external audit services for the group for the financial year ended 31 March 2026 which should include:

The audit of the group’s Annual Report and Financial Statements, prepared under IFRS, noting that any future changes to IFRS should be incorporated into all future audits under this agreement.

The audit of the group’s subsidiary accounts, to include:

Limited companies and General partners, prepared under FRS101

Limited Partnerships, one of which is consolidated and is prepared under FRS101, the remainder are non-consolidated and prepared under FRS102

Client Asset Sourcebook (CASS) assurance for FW Capital

Providing audit confirmations on a Component Auditor basis to Audit Wales.

Please note that the successful bidder will also be required to share the Group Audit Completion Memo with Welsh Government employees.

Selection Process

The tender process will include four stages as follows:

Assessment of Capability and Knowledge – this will be a written submission in response to the questions in the Technical Envelope on etenderWales.

Submission of Fees – bidders are requested to submit their proposed fees for the services using the template provided in the attachment section on etenderWales. Volume 2 Commercial Evaluation.

Presentation – following the evaluation of the written and commercial submissions, the four top scoring bidders will be asked to attend a presentation with members of DBWs Audit and Risk Committee (ARC) and senior members of the finance team. The topic of the presentation is set out in Section 12 of the ITT Volume 1. We expect senior members of the audit team to be present.

Informal meeting with key members of the finance team - the four top scoring bidders that proceed to the presentation stage will be asked to attend an informal meeting with key members of the finance team. This will not be scored as part of the bid.

two.2.5) Award criteria

Quality criterion - Name: Presentation / Weighting: 10

Quality criterion - Name: Technical Evaluation / Weighting: 60

Price - Weighting: 30

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

Start date

13 February 2025

End date

12 February 2027

This contract is subject to renewal

Yes

Description of renewals

3 year extension in 12 month increments

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

two.2.14) Additional information

Please refer to scope within Volume 1 ITT for further information


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the ITT for further information


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

Date

6 January 2025

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

6 January 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2030

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Please refer to Volume 1 ITT for further information. In order for commercially sensitive information to be shared a NDA will need to be completed and returned.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=146397

(WA Ref:146397)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom