Torus62 Ltd: External Audit and Tax Services

  Torus62 Ltd has published this notice through Delta eSourcing

Notice Summary
Title: External Audit and Tax Services
Notice type: Contract Notice
Authority: Torus62 Ltd
Nature of contract: Services
Procedure: Open
Short Description: External Audit and Tax Services
Published: 08/05/2015 13:38

View Full Notice

UK-St Helens: Accounting, auditing and fiscal services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Torus 62 Limited
      Helena Central, 4 Corporation Street, St Helens, WA9 1LD, United Kingdom
      Tel. +44 1925452404, Email: sam.saxon@gght.org.uk

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      National or federal agency/office

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: External Audit and Tax Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 9

         Region Codes: UKD51 - East Merseyside         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Accounting, auditing and fiscal services. Accounting and auditing services. Auditing services. Financial auditing services. Statutory audit services. External Audit and Tax Services
         
      II.1.6)Common Procurement Vocabulary:
         79200000 - Accounting, auditing and fiscal services.
         
         79210000 - Accounting and auditing services.
         
         79212000 - Auditing services.
         
         79212100 - Financial auditing services.
         
         79212300 - Statutory audit services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The contract has not been broken down in to lots as it is considered that this would not result in the best value for money being obtained.                  
         Estimated value excluding VAT:
         Range between: 300,000 and 400,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 60 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         Not Provided      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 03/06/2015
      Time-limit for receipt of requests for documents or for accessing documents: 17:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 10/06/2015
         Time: 17:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided      
      IV.3.8)Conditions for opening tenders
         Date: 10/06/2015
         Time: 17:00


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: Lodging of appeals: Lodging of appeals: In the event of any dispute or difference ("the Appeal") arising from this Contract Notice or the subsequent tender process, such Appeal shall be referred to GGH's appeals procedure as follows: 1. The Appeal shall be sent to GGHT's Head of Central Services who shall refer the Appeal for resolution through an appropriate GGHT Director who has had no involvement with the Contract Notice or subsequent tender process. 2. In the event that the Appeal is not resolved through the appropriate GGHT Director then the Appeal shall be referred to a panel set up by GGHT's Board of Directors for resolution. 3. If the parties are unable to resolve the Appeal through the above two-stage procedure then the Appeal shall be referred by either party for arbitration in accordance with the provisions of the Arbitration Acts 1950 and 1996 by a sole arbitrator to be appointed by agreement between the parties or in default of agreement to be referred to the Alternative Dispute Resolution service, PADRE. The costs of such arbitration shall be borne equally by both parties. In following the Appeal procedure the parties shall act in good faith towards each other and shall use their best endeavours to resolve the dispute. VI.4.2) Lodging of appeals (please fill heading VI.4.2 OR if need be, heading VI.4.3) Precise information on deadline(s) for lodging appeals: Following implementation in to English Law of Directive 207/66/EC ("the Directive"), regulations implementing the Directive and providing for the lodging of appeals shall apply. The Contracting Authority will issue an award decision notice (standstill letter) to tenderers as soon as possible after the award decision has been made. The notice will include the information prescribed by Regulation 32(1) and (2), Public Contracts Regulations 2006 (as amended by the Directive). A similar notice will also be sent to applicants who applied to be included among the tenderers but did not submit an offer, either because they withdrew or were eliminated. In this instance the notice will not include the relative advantages of the successful tender, because the applicant will not have submitted an offer. Applicants who have been eliminated or dropped out at earlier stages of the tender (for example, at pre-qualification questionnaire stage) and have already been informed of the rejection of their application and the reasons for it will not be sent a standstill letter. However, where a decision is taken to exclude an applicant prior to contract award, the applicant will be notified of that decision. In this case the applicant will have two working days from notification of the decision to request additional debriefing and that information will be provided within 10 working days. The Contracting Authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. The standstill period will end at midnight at the end of the tenth day after the date on which the Contracting Authority sends the award decision notice (by fax or email). Where the standstill notice is sent by means other than fax or email, the period will end at the latest by midnight at the end of the fifteenth day after the sending date (or earlier, if more than ten days after the date on which the last economic operator received the notice have elapsed) . This period will allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contact is entered in to. Any claim for a declaration of ineffectiveness will need to brought within either 30 days of the contract award notice (where an OJEU Notice was not published and the Contract Award Notice sets out the justification for not doing so) or otherwise six months from the day of contract signature. All claims other than for ineffectiveness must be brought promptly and within three months from when the cause of action arises.
The contract has not been broken down in to lots as it is considered that this would not result in the best value for money being obtained.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=143211043
GO-201558-PRO-6585860 TKR-201558-PRO-6585859
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Golden Gates Housing Trust
      Bank Park House, Kendrick Street, Warrington, WA1 1UZ, United Kingdom
      Tel. +44 1925452404

      Body responsible for mediation procedures:
               Golden Gates Housing Trust
         Bank Park House, Kendrick Street, Warrington, WA1 1UZ, United Kingdom
         Tel. +44 1925452404, Email: fiona.graham@gght.org.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Golden Gates Housing Trust
      Bank Park House, Warrington, WA1 1UZ, United Kingdom
      Tel. +44 1925452404

   VI.5) Date Of Dispatch Of This Notice: 08/05/2015

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      Golden Gates Housing Trust
      Bank Park House, Kendrick Street, Warrington, WA1 1UZ, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         2: Contracting Authority
      Helena Partnerships
      Helena Central, 4 Corporation Street, St Helens, WA9 1LD, United Kingdom

View any Notice Addenda

View Award Notice

UK-St Helens: Accounting, auditing and fiscal services.

Section I: Contracting Authority
   Title: UK-St Helens: Accounting, auditing and fiscal services.
   I.1)Name, Addresses and Contact Point(s):
      Torus 62 Limited
      Helena Central, 4 Corporation Street, St Helens, WA9 1LD, United Kingdom
      Tel. +44 1925452404, Email: sam.saxon@gght.org.uk

   I.2)Type of the contracting authority:
      National or federal agency/office

   I.3) Main activity:
      Not Provided

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: External Audit and Tax Services      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 9
         
         Region Codes: UKD51 - East Merseyside         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Accounting, auditing and fiscal services. Accounting and auditing services. Auditing services. Financial auditing services. Statutory audit services. External Audit and Tax Services
      II.1.5)Common procurement vocabulary:
         79200000 - Accounting, auditing and fiscal services.
         79210000 - Accounting and auditing services.
         79212000 - Auditing services.
         79212100 - Financial auditing services.
         79212300 - Statutory audit services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Appropriately qualified staff assigned to contract - 20
         Experience of group auditing and tax - 10
         Added Value - 40
         Demonstration of appropriate methodologies and reporting formats - 10
         price - 20
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 07/07/2015      
      V.2) Information About Offers
         Number Of Offers Received: 4          
         Number Of Offers Received By Electronic Means: 4       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: KPMG LLP
         Postal address: 15 Canada Square
         Town: London
         Postal code: E14 5GL
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 400,000
            Currency: GBP

         Total final value of the contract
            Value: 355,000
            Currency: GBP
         If annual or monthly value:
            Number of years: 5
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      Lodging of appeals: Lodging of appeals: In the event of any dispute or difference ("the Appeal") arising from this Contract Notice or the subsequent tender process, such Appeal shall be referred to GGH's appeals procedure as follows: 1. The Appeal shall be sent to GGHT's Head of Central Services who shall refer the Appeal for resolution through an appropriate GGHT Director who has had no involvement with the Contract Notice or subsequent tender process. 2. In the event that the Appeal is not resolved through the appropriate GGHT Director then the Appeal shall be referred to a panel set up by GGHT's Board of Directors for resolution. 3. If the parties are unable to resolve the Appeal through the above two-stage procedure then the Appeal shall be referred by either party for arbitration in accordance with the provisions of the Arbitration Acts 1950 and 1996 by a sole arbitrator to be appointed by agreement between the parties or in default of agreement to be referred to the Alternative Dispute Resolution service, PADRE. The costs of such arbitration shall be borne equally by both parties. In following the Appeal procedure the parties shall act in good faith towards each other and shall use their best endeavours to resolve the dispute. VI.4.2) Lodging of appeals (please fill heading VI.4.2 OR if need be, heading VI.4.3) Precise information on deadline(s) for lodging appeals: Following implementation in to English Law of Directive 207/66/EC ("the Directive"), regulations implementing the Directive and providing for the lodging of appeals shall apply. The Contracting Authority will issue an award decision notice (standstill letter) to tenderers as soon as possible after the award decision has been made. The notice will include the information prescribed by Regulation 32(1) and (2), Public Contracts Regulations 2006 (as amended by the Directive). A similar notice will also be sent to applicants who applied to be included among the tenderers but did not submit an offer, either because they withdrew or were eliminated. In this instance the notice will not include the relative advantages of the successful tender, because the applicant will not have submitted an offer. Applicants who have been eliminated or dropped out at earlier stages of the tender (for example, at pre-qualification questionnaire stage) and have already been informed of the rejection of their application and the reasons for it will not be sent a standstill letter. However, where a decision is taken to exclude an applicant prior to contract award, the applicant will be notified of that decision. In this case the applicant will have two working days from notification of the decision to request additional debriefing and that information will be provided within 10 working days. The Contracting Authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. The standstill period will end at midnight at the end of the tenth day after the date on which the Contracting Authority sends the award decision notice (by fax or email). Where the standstill notice is sent by means other than fax or email, the period will end at the latest by midnight at the end of the fifteenth day after the sending date (or earlier, if more than ten days after the date on which the last economic operator received the notice have elapsed) . This period will allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contact is entered in to. Any claim for a declaration of ineffectiveness will need to brought within either 30 days of the contract award notice (where an OJEU Notice was not published and the Contract Award Notice sets out the justification for not doing so) or otherwise six months from the day of contract signature. All claims other than for ineffectiveness must be brought promptly and within three months from when the cause of action arises.
The contract has not been broken down in to lots as it is considered that this would not result in the best value for money being obtained.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=151452478
GO-201578-PRO-6769477 TKR-201578-PRO-6769376   
   VI.3.1)Body responsible for appeal procedures:
      Golden Gates Housing Trust
      Bank Park House, Kendrick Street, Warrington, WA1 1UZ, United Kingdom
      Tel. +44 1925452404

      Body responsible for mediation procedures:
         Golden Gates Housing Trust
         Bank Park House, Kendrick Street, Warrington, WA1 1UZ, United Kingdom
         Tel. +44 1925452404, Email: fiona.graham@gght.org.uk
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Golden Gates Housing Trust
      Bank Park House, Warrington, WA1 1UZ, United Kingdom
      Tel. +44 1925452404
   
   VI.4)Date Of Dispatch Of This Notice: 08/07/2015   
ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
      Helena Partnerships
      Helena Central, Corporation Street, St Helens, WA9 1LD, United Kingdom
   
   2: Contracting Authority
      Golden Gates Housing Trust
      Bank Park House, Kendrick Street, Warrington, WA1 1UZ, United Kingdom