Cirrus Purchasing Ltd.: External Audit Services for One Manchester

  Cirrus Purchasing Ltd. is using Delta eSourcing to run this tender exercise

Notice Summary
Title: External Audit Services for One Manchester
Notice type: Contract Notice
Authority: Cirrus Purchasing Ltd.
Nature of contract: Services
Procedure: Open
Short Description: One Manchester is seeking bids from service providers for the delivery of external audit services. Services required under the contract are expected to include all relevant tasks as necessary to conduct external audit services in accordance with relevant legislation and auditing standards for all current and future members of One Manchester and any joint ventures or arrangements that One Manchester may become party to. The outcome of the tender process will be a single contract with one service provider. The anticipated commencement date is estimated to be during August 2023.
Published: 30/05/2023 16:20
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Manchester: Auditing services.
Section I: Contracting Authority
      I.1) Name and addresses
             One Manchester Limited
             Lovell House, 6 Archway, Hulme, Manchester, M155RN, United Kingdom
             Tel. +44 7828143935, Email: tenders@cirruspurchasing.co.uk
             Contact: Claire Paton
             Main Address: https://www.onemanchester.co.uk
             NUTS Code: UKD3
      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.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Auditing-services./464G2C68D4
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/464G2C68D4 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: External Audit Services for One Manchester       
      Reference Number: 784391078
      II.1.2) Main CPV Code:
      79212000 - Auditing services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: One Manchester is seeking bids from service providers for the delivery of external audit services.

Services required under the contract are expected to include all relevant tasks as necessary to conduct external audit services in accordance with relevant legislation and auditing standards for all current and future members of One Manchester and any joint ventures or arrangements that One Manchester may become party to.

The outcome of the tender process will be a single contract with one service provider. The anticipated commencement date is estimated to be during August 2023.       
      II.1.5) Estimated total value:
      Value excluding VAT: 275,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKD3 Greater Manchester
      
      II.2.4) Description of procurement: One Manchester require a suitably qualified and experienced service provider to deliver external audit services for the the group. Services required under the contract are expected to include all relevant tasks as necessary to conduct external audit services in accordance with relevant legislation and auditing standards for all current and future members of One Manchester and any joint ventures or arrangements that One Manchester may become party to.

Further information in relation to One Manchester and the required services can be found in the tender documentation.

The outcome of the tender process will be a single contract with one service provider. The contract will be for an initial 3 years with 2 annual options to extend by a further 12 months on each occasion, up to a maximum 5-year total contract term (3+1+1), subject to One Manchester requirements and the performance of the successful service provider.

The anticipated commencement date is estimated to be during August 2023.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 275,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The contract will be for an initial 3 years with 2 annual options to extend by a further 12 months on each occasion, up to a maximum 5-year total contract term (3+1+1), subject to One Manchester requirements and the performance of the successful service provider.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      (a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983 (b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);

(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1 of the Prevention of Corruption Act 1906(e);

(c) the common law offence of bribery;

(d) bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010(f) or section 113 of the Representation of the People Act 1983(g);

(e) where the offence relates to fraud affecting the European Communities’ financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):
(i) the common law offence of cheating the revenue,
(ii) the common law offence of conspiracy to defraud,
(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l),
(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(m), article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of the Companies Act 2006(o),
(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(p) or section 72 of the Value Added Tax Act 1994(q),
(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(r),
(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(s) or section 19 of the Theft Act (Northern Ireland) 1969(t),
(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(u), or
(ix) the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006 or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act;

(f) any offence listed:
(i) in section 41 of the Counter Terrorism Act 2008(a), or Section IV: Procedure
(ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection;

(g) any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);

(h) money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);

(i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);

(j) an offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc.) Act 2004(f);

(k) an offence under section 59A of the Sexual Offences Act 2003(g);

(l) an offence under section 71 of the Coroners and Justice Act 2009(h);

(m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or

(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive:
(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland, or
(ii) created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      As per the procurement documentation          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 30/06/2023 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 30/06/2023
         Time: 12:01
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 2028 subject to One Manchester requirements and the performance of the successful service provider
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Auditing-services./464G2C68D4

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/464G2C68D4
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    This tender process will incorporate a minimum 10 calendar days standstill period at the point information on the award is communicated to bidders. Appeals can be directly raised via the contact points detailed in section VI.4.1) of this contract notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 30/05/2023

Annex A


View any Notice Addenda

View Award Notice

UK-UK-Manchester: Auditing services.: Auditing services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       One Manchester Limited
       Lovell House, 6 Archway, Hulme, UK-Manchester: Auditing services., M155RN, United Kingdom
       Tel. +44 7828143935, Email: tenders@cirruspurchasing.co.uk
       Contact: Claire Paton
       Main Address: https://www.onemanchester.co.uk
       NUTS Code: UKD3

   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:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: External Audit Services for One Manchester            
      Reference number: 784391078

      II.1.2) Main CPV code:
         79212000 - Auditing services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: One Manchester sought bids from service providers for the delivery of external audit services. Services required under the contract are expected to include all relevant tasks as necessary to conduct external audit services in accordance with relevant legislation and auditing standards for all current and future members of One Manchester and any joint ventures or arrangements that One Manchester may become party to. The outcome of the tender process is a single contract with one service provider.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 275,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKD3 - Greater Manchester
   
      Main site or place of performance:
      Greater Manchester
             

      II.2.4) Description of the procurement: One Manchester required a suitably qualified and experienced service provider to deliver external audit services for the group. Services required under the contract are expected to include all relevant tasks as necessary to conduct external audit services in accordance with relevant legislation and auditing standards for all current and future members of One Manchester and any joint ventures or arrangements that One Manchester may become party to. Further information in relation to One Manchester and the required services could be found in the tender documentation. The outcome of the tender process will be a single contract with one service provider. The contract will be for an initial 3 years with 2 annual options to extend by a further 12 months on each occasion, up to a maximum 5-year total contract term (3+1+1), subject to One Manchester requirements and the performance of the successful service provider.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Cost submission / Weighting: 30
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The contract will be for an initial 3 years with 2 annual options to extend by a further 12 months on each occasion, up to a maximum 5-year total contract term (3+1+1), subject to One Manchester requirements and the performance of the successful service provider.

      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: Not Provided


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
       Notice number in the OJEU: 2023/S 000-015315
      
   

   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: 1    
   Lot Number: Not Provided    
   Title: One Manchester External Audit

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 2
         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: 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)
             RSM UK Audit LLP, OC325350
             6th Floor, 25 Farringdon Street, London, EC4A 4AB, United Kingdom
             NUTS Code: UKI
            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: Not Provided          
         Total value of the contract/lot: 275,000
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=799215491

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: This tender process incorporated a minimum 10 calendar days standstill period at the point information on the award was communicated to bidders. Appeals could be directly raised via the contact points detailed in section VI.4.1) of this contract notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 21/08/2023