Provide External Audit Service to Scottish Enterprise
The contract has two Lots and bidders are able to bid for one or both Lots.
United Kingdom-Glasgow: Statutory audit services
2017/S 227-473248
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
United Kingdom
Telephone: +44 8456078787
E-mail: adam.cunningham@scotent.co.uk
NUTS code: UKM82
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
SE External Audit Service — SE Subsidiary Companies & Pension and Life Assurance Scheme (P18-0070).
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Scottish Enterprise wishes to engage external auditor(s) for all of its subsidiary companies (Lot 1) and for its pension scheme, the Scottish Enterprise Pension and Life Assurance Scheme (SEPLAS) (Lot 2).
The contract has two Lots and bidders are able to bid for one or both Lots.
Lot 1 — Scottish Enterprise Subsidiary Companies
Lot 2 — Scottish Enterprise Pension and Life Assurance Scheme
There are currently 14 subsidiary companies (excluding dormant companies) of which 3 are not actively trading. Over the period of this contract there will be adjustments to the number of subsidiaries to be audited.
SEPLAS is a final salary pension scheme established by Scottish Enterprise for the benefit of its employees.
SE anticipate that the contract will commence in early 2018 and will end on 30.11.2020. SE will however retain the option of extending the contract by a further 1 year at its sole discretion.
Full details can be found within the Invitation to Tender (ITT) documents.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1 — Scottish Enterprise Subsidiary Companies
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Scottish Enterprise wishes to engage external auditors for all of its subsidiary companies (Lot 1).
There are 14 subsidiary companies (excluding dormant companies) of which 3 are not actively trading. Over the period of this contract there will be adjustments to the number of subsidiaries to be audited.
Further details of Lot 1 can be found within the Invitation to Tender (ITT) documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
SE will retain the option of extending the contract by a further 1 year at its sole discretion.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulations 58 of the Public Contracts (Scotland) Regulations 2015.
Further information in relation to Lot 1 — Scottish Enterprise Subsidiary Companies can be found within the Invitation to Tender (ITT) documents.
II.2.1)Title:
Lot 2 — Scottish Enterprise Pension and Life Assurance Scheme
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Scottish Enterprise wishes to engage external auditors for its pension scheme, the Scottish Enterprise Pension and Life Assurance Scheme (SEPLAS) (Lot 2).
SEPLAS is a final salary pension scheme established by Scottish Enterprise for the benefit of its employees.
Further details of Lot 2 can be found within the Invitation to Tender (ITT) documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
SE will however retain the option of extending the contract by a further 1 year at its sole discretion.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Further information in relation to Lot 2 — Scottish Enterprise Pension and Life Assurance Scheme can be found within the Invitation to Tender (ITT) documents.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Statement for 4A.2 and 4A.2.1 — Bidders can only accept appointment as an auditor if it is a Registered Auditor. A Registered Auditor is a firm that is registered with a Recognised Supervisory Body (e.g. The Institute of Chartered Accountants of Scotland), and is eligible to be appointed as a Statutory Auditor to undertake regulated audit work. Each person responsible for audits and signing audit reports in the audit firm must be a Responsible Individual (RI) (i.e. the individual must hold a Practicing Certificate and an audit qualification).
Statement for 4C.1.2 — Bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. These will be evaluated on a PASS/FAIL basis. Pass equals providing 2 examples detailing relevant experience to deliver the service. Fail equals failure to provide 2 examples detailing relevant experience to deliver the service. Bidders can submit examples in a separate document to allow room to provide details of the service provided.
III.1.2)Economic and financial standing
Statement for 4B.1.2 or 4B.1.3 — Bidders will be required to have an average yearly turnover of a minimum of 200 000 GBP for the last 2 years.
Statement for 4B.3 — Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
Statement for 4B.4 — Bidders will be required to state the value(s) for the following financial ratio(s): Liquidity Ratio, greater than or equal to 0.80.
Statement for 4B.5.1 or 4B.5.2 — Please confirm below whether you already have or can commit to obtain, prior to the commencement of the contract, the appropriate levels of insurance for this contract. Bidders that do not already have, or cannot commit to obtain insurances may be excluded from further participation in this procurement exercise.
Professional Indemnity Insurance — 2 000 000 GBP
III.2.2)Contract performance conditions:
Please see Invitation to Tender (ITT) documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Scottish Enterprise publishes an annual forward plan of anticipated procurement activity. The recurrence of this contract is envisaged as being included within that plan at the appropriate time.
VI.3)Additional information:
Dates and other information contained in this notice are communicated as being indicative only and may be subject to change. The contracting authority does not bind itself to accept the lowest or any offer. The contracting authority reserves the right to accept part of one or more offers. The contracting authority will not be liable for any costs incurred by those expressing an interest in or tendering for this contract. Compliance with all relevant legislation is required during the tendering process and the terms of any resulting contract. Bidders may be required to attend for interview. Any contract awarded will be subject to the law of Scotland. The contracting authority reserves the right to source the services through existing framework agreements. The contracting authority reserves the right to assign all or part of any contracts resulting from the process.
Statement for 2A.17 — Form of Participation (Notably as part of a group, consortium, joint venture or similar). Any contract will be entered into with the nominated lead organisation and all members of the consortium, who will in these circumstances each be required to execute said contract together with all ancillary documentation, evidencing their joint and several liability in respect of the obligations and liabilities of the contract. It will be for members of the consortium to sort out their respective duties and liabilities amongst each other. For administrative purposes, any associated documentation will be sent to the nominated lead organisation.
Statement for 2A.18 — Bidders should indicate within the response to this questions whether they are bidding for Lot 1, Lot 2 or both Lots.
Statement for 2D.1.2 — If the bidder proposes to subcontract any part(s) of the service, they should arrange for a separate ESPD response from each potential subcontractor (only Part II, Sections A and B, and Part III need to be completed for potential subcontractors however).
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=520217.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:520217).
VI.4.1)Review body
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
United Kingdom
Telephone: +44 8456078787
E-mail: enquiries@scotent.co.ukInternet address:http://www.scottish-enterprise.com/
VI.4.2)Body responsible for mediation procedures
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
United Kingdom
Telephone: +44 8456078787
E-mail: enquiries@scotent.co.ukInternet address:http://www.scottish-enterprise.com/
VI.4.3)Review procedure
In the first instance, contact the Head of Procurement & Facilities Management with any concerns or enquiries — enquiries@scotent.co.uk.
VI.4.4)Service from which information about the review procedure may be obtained
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
United Kingdom
Telephone: +44 8456078787
E-mail: enquiries@scotent.co.ukInternet address:http://www.scottish-enterprise.com/
VI.5)Date of dispatch of this notice:
Read More
National Clinical Audit and Patient Outcomes Programme Management
VAT Audit and Recovery Services Tender
Internal and External Audit Invitation to Tender
Tax and Accounting Services Tender
HGCA Auditing Services Contract