UK-Preston: Financial auditing services.

UK-Preston: Financial auditing services.
Section I: Contracting Authority
I.1) Name and addresses
Places for People Group Limited
4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
Tel. +44 1772897574, Email: Lisa.Gallacher@placesforpeople.co.uk
Contact: Lisa Gallacher
Main Address: http://www.placesforpeople.co.uk, Address of the buyer profile: http://www.placesforpeople.co.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Preston:-Financial-auditing-services./X3KVNV733E
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Preston:-Financial-auditing-services./X3KVNV733E to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Financial Audit Services Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
79212100 - Financial auditing services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Places for People and Procurement Hub are seeking applications from qualified suppliers of Financial Audit Services who can provide a range of high quality services using a customer focused approach in the public sector. Up to 5 service providers will be appointed to the framework.
These service providers must have the experience, scope and capacity to provide all services that may be procured under the Framework as described in the procurement documents on a national basis.
The contracting authorities that are permitted to use this framework, but not limited too, are provided within the following links http://www.procurementhub.co.uk/eligibility-criteria/
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
79212100 - Financial auditing services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The principle of the Financial Services Framework is to package a series of services that Places for People and other contracting authority clients require and market the services ensuring quality and value for money allowing a range of contracting authorities to join the Hub and use the services. The core framework will be owned by Places for People. The appointed service providers should be competent in the provision of the services and listed.

Please ensure you read the below information to determine the suitability of the project for your organisation based on being in a position to provide all services on a national basis and meet all the minimum requirements before registering for access to the full procurement documents.
The services are to include but not limited to:

•To form an opinion on the individual financial statements of Places for People Group Limited
•To form an opinion on the individual statutory financial statements of the subsidiaries of Places for People Group Limited
•To provide an audit for Joint Venture and Partnership entities.
•To provide comfort letters where required to the Group’s investors
•Attendance at the Group Audit and Risk Committee and the preparation and presentation of comprehensive reports and findings documents to the Committee

Due to the geographical location of the Groups subsidiaries it is imperative that the audit firm has offices throughout England and Scotland in order to undertake the site fieldwork from a local office to certain individual subsidiaries. Currently the audit of Places for People Leisure, RMG, Luminus, Derwent, Allenbuild, ZeroC, Millwood and Touchstone are the audits which will be undertaken by local teams with all other audits completed from the Group’s Preston Office.

The Group’s turnover for the year ending 31 March 2018 was £754m, with over 40 trading subsidiaries across the Group. The Group had fixed assets of £4.5bn and reserves of £489m at 31 March 2018. Growth in recent years has been from acquisitions inside of the Registered Provider sector.

The appointed provider must be competent in the provision of all the services listed. The duration of theframework is intended to last for a period of 4 years. Call-offs may be made in the final year of the Framework Agreement which may extend the durations beyond this period. It is intended that this Framework Agreementwill be capable of being used by other Contracting Authorities in UK. This procurement is being undertakenby the contracting authority for itself and as lead authority for the benefit of other organisations set out belowas referred to in I.1 (without any obligation for them to participate) of the OJEU notice (and any successorbody of any of the organisations listed) and for the benefit of any Contracting Authority that may fall within the geographical remit of this agreement.

The contracting authorities that are permitted to use this framework, but not limited too, are provided within the following links http://www.procurementhub.co.uk/eligibility-criteria/
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://procurementhub.delta-esourcing.com/respond/X3KVNV733E


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.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: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 20/08/2019 Time: 10:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 20/08/2019
Time: 10:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Financial-auditing-services./X3KVNV733E

To respond to this opportunity, please click here:
https://procurementhub.delta-esourcing.com/respond/X3KVNV733E
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Crown Commercial Services
1 Horse Guards Road, London, SW1A 2HQ, Uzbekistan
VI.5) Date Of Dispatch Of This Notice: 19/07/2019

Annex A