Clarity Procurement Solutions is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Cottsway Housing Association Audit Services |
Notice type: | Contract Notice |
Authority: | Clarity Procurement Solutions |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The scope of the Contract is the provision of audit services. The Contract is divided into 2 Lots. Lot 1 - internal audit Services Lot 2 - external audit services The Contract will last for an initial period of 3 years, with an option to extend at Cottsway’s discretion for a further 2 years, giving a total potential term of 5 years. The Contract will commence in January 2025. Bidders may bid for both Lots. Bidders shall note that Cottsway cannot award Lot 1 and Lot 2 to the same Bidder. Therefore, Bidders who are bidding for both Lots are required to state their first and second preference out of Lot 1 and Lot 2. If the same Bidder achieves the highest scoring bid for both Lot 1 and Lot 2 it will be awarded its preferred Lot, and the Bidder that submitted the second highest scoring bid for the other Lot will be awarded that Lot. |
Published: | 30/09/2024 15:52 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Cottsway Housing Association
Cottsway House, Ave Two, Witney, OX28 4YG, United Kingdom
Tel. +44 1942725438, Email: nathan@clarityprocurement.co.uk
Contact: Nathan Liptrot
Main Address: https://www.cottsway.co.uk/, Address of the buyer profile: http://www.bipsolution.com
NUTS Code: UKJ14
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-Witney:-Auditing-services./4H35NSGZ27
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com 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: Cottsway Housing Association Audit Services
Reference Number: CH/AS/2024
II.1.2) Main CPV Code:
79212000 - Auditing services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The scope of the Contract is the provision of audit services. The Contract is divided into 2 Lots.
Lot 1 - internal audit Services
Lot 2 - external audit services
The Contract will last for an initial period of 3 years, with an option to extend at Cottsway’s discretion for a further 2 years, giving a total potential term of 5 years.
The Contract will commence in January 2025.
Bidders may bid for both Lots. Bidders shall note that Cottsway cannot award Lot 1 and Lot 2 to the same Bidder. Therefore, Bidders who are bidding for both Lots are required to state their first and second preference out of Lot 1 and Lot 2. If the same Bidder achieves the highest scoring bid for both Lot 1 and Lot 2 it will be awarded its preferred Lot, and the Bidder that submitted the second highest scoring bid for the other Lot will be awarded that Lot.
II.1.5) Estimated total value:
Value excluding VAT: 910,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Internal Audit Services
Lot No: 1
II.2.2) Additional CPV codes:
79212200 - Internal audit services.
II.2.3) Place of performance:
UKJ14 Oxfordshire
II.2.4) Description of procurement: The scope of the Contract is the provision of internal audit services.
The internal audit services will include, but will not be limited to:
•Producing an internal audit strategy which addresses the audit universe to which it is applied
•An annual internal audit plan to be approved by the Audit and Risk Committee following consultation with senior management
•Review of operational and management controls including policy decision making processes
•Special reviews as requested by the Board or management.
•Regular attendance at Audit and Risk Committee meetings as appropriate
A single provider will be appointed.
The first internal audit period will commence in April 2025.
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: 210,000
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: Yes
Description of renewals: Subject to take up of extension options, 5 years from contract award.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/4H35NSGZ27
II.2) Description Lot No. 2
II.2.1) Title: External Audit Services
Lot No: 2
II.2.2) Additional CPV codes:
79212300 - Statutory audit services.
II.2.3) Place of performance:
UKJ14 Oxfordshire
II.2.4) Description of procurement: The scope of the Contract is the provision of external audit services.
The external audit services will include, but will not be limited to:
•Planning, management and execution of annual external audit of the Cottsway Group in accordance with International Standards on Auditing (UK and Ireland) issued by the Auditing Practices Board
•Reporting on external audit progress to management and the Audit and Risk Committee including attendance at Board and Audit and Risk Committee meetings as appropriate
•Provision of an assessment as to whether the Cottsway Group financial statements have been properly prepared in accordance with current accounting rules and the housing SORP
A single provider will be appointed.
The first external audit will apply to the 2025/2026 accounting period.
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: 700,000
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: Yes
Description of renewals: Subject to take up of extension options, 5 years from contract award
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: 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:
As stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - 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: 01/11/2024 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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 01/11/2024
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Subject to take up of extension options, 5 years from contract award
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.
This tender opportunity is being administered on behalf of Cottsway Housing Association by Clarity Procurement Solutions Limited.
To respond to this opportunity please click here:
Lot 1 - https://www.delta-esourcing.com/respond/4H35NSGZ27
Lot 2 - https://www.delta-esourcing.com/respond/W9P959J655
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Witney:-Auditing-services./4H35NSGZ27
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4H35NSGZ27
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of England and Wales
London, United States
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will enter into this Contract following a minimum 10 calendar day standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 (SI 2015/02) (as amended) (the Regulations) provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.
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: 30/09/2024
Annex A