UK-Preston: Financial auditing services.

UK-Preston: Financial auditing services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
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.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Housing and community amenities

Section II: Object Of The Contract

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.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 2,131,500

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
79212100 - Financial auditing services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the 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:
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30


II.2.11) Information about options
Options: 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


II.2.14) Additional information: To respond to this opportunity please click here: https://procurementhub.delta-esourcing.com/respond/X3KVNV733E


Section IV: Procedure

IV.1) Description

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: No


IV.1.6) Information about electronic auction
An electronic auction has been used: No

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
Not Provided


IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 18/10/2019

V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
KPMG
15 Canada Square, Canary Wharf, London, E14 5GL, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
BDO
55 Baker Street, London, W1U 7EU, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2,131,500
Total value of the contract/lot: 2,131,500
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

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.
To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=450396981

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 review procedure may be obtained
Crown Commercial Services
1 Horse Guards Road, London, SW1A 2HQ, Uzbekistan

VI.5) Date of dispatch of this notice: 26/11/2019