Public Sector Audit Appointments Ltd: Audit services for opted-in eligible bodies in England 2022

  Public Sector Audit Appointments Ltd has published this notice through Delta eSourcing

Notice Summary
Title: Audit services for opted-in eligible bodies in England 2022
Notice type: Contract Award Notice
Authority: Public Sector Audit Appointments Ltd
Nature of contract: Services
Procedure: Restricted
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.
Published: 12/12/2022 08:22

View Full Notice

UK-London: Accounting, auditing and fiscal services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Public Sector Audit Appointments Ltd
       18 Smith Square, London, SW1P 3HZ, United Kingdom
       Tel. +44 7818562920, Email: procurement@psaa.co.uk
       Contact: Julie Schofield
       Main Address: www.psaa.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: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Economic and financial affairs

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Audit services for opted-in eligible bodies in England 2022            
      Reference number: 631057310

      II.1.2) Main CPV code:
         79200000 - Accounting, auditing and fiscal services.


      II.1.3) Type of contract: SERVICES

      II.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.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                                                                      
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 175,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Audit Services: Lot One - approx 18 percent of overall work by value   
      Lot No:01

      II.2.2) Additional CPV code(s):
            79210000 - Accounting and auditing services.
            79212000 - Auditing services.
            79212100 - Financial auditing services.
            79212300 - Statutory audit 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: 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.

      II.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
            

      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: Contract includes the option by mutual agreement to extend the term for up to a further 2 years

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Audit Services: Lot Two - approx 16 percent of overall work by value   
      Lot No:2

      II.2.2) Additional CPV code(s):
            79210000 - Accounting and auditing services.
            79212000 - Auditing services.
            79212100 - Financial auditing services.
            79212300 - Statutory audit 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: 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.

      II.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
            

      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: Contract includes the option by mutual agreement to extend the term for up to a further 2 years

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Audit Services: Lot Three - approx 14 percent of overall work by value   
      Lot No:3

      II.2.2) Additional CPV code(s):
            79210000 - Accounting and auditing services.
            79212000 - Auditing services.
            79212100 - Financial auditing services.
            79212300 - Statutory audit 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: 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.

      II.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
            

      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: Contract includes the option by mutual agreement to extend the term for up to a further 2 years

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Audit Services: Lot Four - approx 12 percent of overall work by value   
      Lot No:4

      II.2.2) Additional CPV code(s):
            79210000 - Accounting and auditing services.
            79212000 - Auditing services.
            79212100 - Financial auditing services.
            79212300 - Statutory audit 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: 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.

      II.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
            

      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: Contract includes the option by mutual agreement to extend the term for up to a further 2 years

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Audit Services: Lot Five - approx 8 percent of overall work by value   
      Lot No:5

      II.2.2) Additional CPV code(s):
            79210000 - Accounting and auditing services.
            79212000 - Auditing services.
            79212100 - Financial auditing services.
            79212300 - Statutory audit 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: 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.

      II.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
            

      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: Contract includes the option by mutual agreement to extend the term for up to a further 2 years

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Audit Services: Lot Six - approx 7 percent of overall work by value   
      Lot No:6

      II.2.2) Additional CPV code(s):
            79210000 - Accounting and auditing services.
            79212000 - Auditing services.
            79212100 - Financial auditing services.
            79212300 - Statutory audit 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: 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.

      II.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
            

      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: Contract includes the option by mutual agreement to extend the term for up to a further 2 years

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Audit Services: Lot Seven (A) - approx 1 percent of overall work by value   
      Lot No:7A

      II.2.2) Additional CPV code(s):
            79210000 - Accounting and auditing services.
            79212000 - Auditing services.
            79212100 - Financial auditing services.
            79212300 - Statutory audit 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: 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.

      II.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
            

      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: Contract includes the option by mutual agreement to extend the term for up to a further 2 years

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Audit Services: Lot Seven (B) - approx 1 percent of overall work by value   
      Lot No:7B

      II.2.2) Additional CPV code(s):
            79210000 - Accounting and auditing services.
            79212000 - Auditing services.
            79212100 - Financial auditing services.
            79212300 - Statutory audit 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: 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.

      II.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
            

      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: Contract includes the option by mutual agreement to extend the term for up to a further 2 years

   II.2) Description (lot no. 9)
   

      II.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

      II.2.2) Additional CPV code(s):
            79210000 - Accounting and auditing services.
            79212000 - Auditing services.
            79212100 - Financial auditing services.
            79212300 - Statutory audit 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: 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.

      II.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
            

      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: Contract includes the option by mutual agreement to extend the term for up to a further 2 years

   II.2) Description (lot no. 10)
   

      II.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

      II.2.2) Additional CPV code(s):
            79210000 - Accounting and auditing services.
            79212000 - Auditing services.
            79212100 - Financial auditing services.
            79212300 - Statutory audit 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: 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.

      II.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
            

      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: Contract includes the option by mutual agreement to extend the term for up to a further 2 years

   II.2) Description (lot no. 11)
   

      II.2.1) Title:Audit Services: Lot Eight - approx 5 percent of overall work by value   
      Lot No:8

      II.2.2) Additional CPV code(s):
            79210000 - Accounting and auditing services.
            79212000 - Auditing services.
            79212100 - Financial auditing services.
            79212300 - Statutory audit 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: 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.

      II.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
            

      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: Contract includes the option by mutual agreement to extend the term for up to a further 2 years

   II.2) Description (lot no. 12)
   

      II.2.1) Title:Audit Services: Lot Nine - approx 5 percent of overall work by value   
      Lot No:9

      II.2.2) Additional CPV code(s):
            79210000 - Accounting and auditing services.
            79212000 - Auditing services.
            79212100 - Financial auditing services.
            79212300 - Statutory audit 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: 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.

      II.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
            

      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: Contract includes the option by mutual agreement to extend the term for up to a further 2 years

   II.2) Description (lot no. 13)
   

      II.2.1) Title:Audit Services: Lot Ten - approx 4 percent of overall work by value   
      Lot No:10

      II.2.2) Additional CPV code(s):
            79210000 - Accounting and auditing services.
            79212000 - Auditing services.
            79212100 - Financial auditing services.
            79212300 - Statutory audit 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: 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.

      II.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
            

      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: Contract includes the option by mutual agreement to extend the term for up to a further 2 years

   II.2) Description (lot no. 14)
   

      II.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

      II.2.2) Additional CPV code(s):
            79210000 - Accounting and auditing services.
            79212000 - Auditing services.
            79212100 - Financial auditing services.
            79212300 - Statutory audit 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: 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.

      II.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
            

      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: Contract includes the option by mutual agreement to extend the term for up to a further 2 years

   II.2) Description (lot no. 15)
   

      II.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

      II.2.2) Additional CPV code(s):
            79210000 - Accounting and auditing services.
            79212000 - Auditing services.
            79212100 - Financial auditing services.
            79212300 - Statutory audit 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: 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.

      II.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
            

      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: Contract includes the option by mutual agreement to extend the term for up to a further 2 years

   II.2) Description (lot no. 16)
   

      II.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

      II.2.2) Additional CPV code(s):
            79210000 - Accounting and auditing services.
            79212000 - Auditing services.
            79212100 - Financial auditing services.
            79212300 - Statutory audit 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: 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.

      II.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
            

      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: Contract includes the option by mutual agreement to extend the term for up to a further 2 years


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: 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
       Notice number in the OJEU: 2022/S 000-003306
      
   

   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: 2022/S 000-003306 (01)    
   Lot Number: 1    
   Title: Lot One - approx 18 percent of overall work by value

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/12/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Grant Thornton (UK) LLP, OC307742
             30 Finsbury Square, London, EC2A 1AG, 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: 29,700,000          
         Total value of the contract/lot: 31,500,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: 2022/S 000-003306 (02)    
   Lot Number: 2    
   Title: Lot Two - approx 16 percent of overall work by value

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/11/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Mazars LLP, OC308299
             30 Old Bailey, London, EC4M 7AU, 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: 26,400,000          
         Total value of the contract/lot: 28,875,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: 2022/S 000-003306 (03)    
   Lot Number: 3    
   Title: Lot Three - approx 14 percent of overall work by value

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/12/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Grant Thornton (UK) LLP, OC307742
             30 Finsbury Square, London, EC2A 1AG, 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: 23,100,000          
         Total value of the contract/lot: 24,500,000
         Currency: GBP

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

Award Of Contract (No.4)

   Contract No: 2022/S 000-003306 (04)    
   Lot Number: 4    
   Title: Lot Four - approx 12 percent of overall work by value

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 06/12/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             ERNST & YOUNG LLP, OC300001
             1 More London Place, London, SE1 2AF, 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: 19,800,000          
         Total value of the contract/lot: 21,000,000
         Currency: GBP

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

Award Of Contract (No.5)

   Contract No: 2022/S 000-003306 (05)    
   Lot Number: 5    
   Title: Lot Five - approx 8 percent of overall work by value

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 06/12/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             ERNST & YOUNG LLP, OC300001
             1 More London Place, London, SE1 2AF, 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: 13,200,000          
         Total value of the contract/lot: 14,000,000
         Currency: GBP

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

Award Of Contract (No.6)

   Contract No: 2022/S 000-003306 (06)    
   Lot Number: 6    
   Title: Lot Six - approx 7 percent of overall work by value

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/11/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             KPMG LLP, OC301540
             15 Canada Square, London, E14 5GL, 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: 11,550,000          
         Total value of the contract/lot: 14,000,000
         Currency: GBP

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

Award Of Contract (No.7)

   Contract No: 2022/S 000-003306 (07A)    
   Lot Number: 7    
   Title: Lot Seven (A) - approx 1 percent of overall work by value

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/11/2022

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Mazars LLP, OC308299
             30 Old Bailey, London, EC4M 7AU, 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: 1,750,000          
         Total value of the contract/lot: 1,750,000
         Currency: GBP

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

Award Of Contract (No.8)

   Contract No: 2022/S 000-003306 (07B)    
   Lot Number: 7    
   Title: Lot Seven (B) - approx 1 percent of overall work by value

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.9)

   Contract No: 2022/S 000-003306 (07C)    
   Lot Number: 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


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/11/2022

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Bishop Fleming LLP, OC391282
             2nd Floor Stratus House, Emperor Way, Exeter Business Park, Exeter, EX1 3QS, 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: 1,750,000          
         Total value of the contract/lot: 2,625,000
         Currency: GBP

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

Award Of Contract (No.10)

   Contract No: 2022/S 000-003306 (07D)    
   Lot Number: 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


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/12/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             AZETS AUDIT SERVICES LIMITED, 09652677
             2nd Floor, Regis House, 45 King William Street, London, EC4R 9AN, 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: 875,000          
         Total value of the contract/lot: 875,000
         Currency: GBP

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

Award Of Contract (No.11)

   Contract No: 2022/S 000-003306 (08)    
   Lot Number: 8    
   Title: Lot Eight - approx 5 percent of overall work by value (will not include PIE audits)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/11/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Mazars LLP, OC308299
             30 Old Bailey, London, EC4M 7AU, 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: 8,250,000          
         Total value of the contract/lot: 8,750,000
         Currency: GBP

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

Award Of Contract (No.12)

   Contract No: 2022/S 000-003306 (09)    
   Lot Number: 9    
   Title: Lot Nine - approx 5 percent of overall work by value (will not include PIE audits)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/11/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             KPMG LLP, OC301540
             15 Canada Square, London, E14 5GL, 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: 8,250,000          
         Total value of the contract/lot: 10,500,000
         Currency: GBP

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

Award Of Contract (No.13)

   Contract No: 2022/S 000-003306 (10)    
   Lot Number: 10    
   Title: Lot Ten - approx 4 percent of overall work by value (will not include PIE audits)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/12/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Grant Thornton (UK) LLP, OC307742
             30 Finsbury Square, London, EC2A 1AG, 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: 6,600,000          
         Total value of the contract/lot: 7,000,000
         Currency: GBP

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

Award Of Contract (No.14)

   Contract No: 2022/S 000-003306 (11)    
   Lot Number: 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


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/12/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             AZETS AUDIT SERVICES LIMITED, 09652677
             2nd Floor, Regis House, 45 King William Street, London, EC4R 9AN, 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: 3,712,500          
         Total value of the contract/lot: 3,937,500
         Currency: GBP

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

Award Of Contract (No.15)

   Contract No: 2022/S 000-003306 (12)    
   Lot Number: 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


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/11/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Bishop Fleming LLP, OC391282
             2nd Floor Stratus House, Emperor Way, Exeter Business Park, Exeter, EX1 3QS, 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: 3,712,500          
         Total value of the contract/lot: 3,937,500
         Currency: GBP

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

Award Of Contract (No.16)

   Contract No: 2022/S 000-003306 (13)    
   Lot Number: 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


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/12/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             AZETS AUDIT SERVICES LIMITED, 09652677
             2nd Floor, Regis House, 45 King William Street, London, EC4R 9AN, 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: 825,000          
         Total value of the contract/lot: 875,000
         Currency: GBP

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

Award Of Contract (No.17)

   Contract No: 2022/S 000-003306 (07)    
   Lot Number: 7    
   Title: Lot Seven - approx 6 percent of overall work by value

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      

Section VI: Complementary information

   VI.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

   VI.4) Procedures for review

      VI.4.1) Review body
          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
         Not Provided

   VI.5) Date of dispatch of this notice: 12/12/2022




View any Notice Addenda

View Award Notice