Financial Audit Services Framework Preston
Places for people and procurement hub are seeking applications from qualified suppliers of financial audit services.
United Kingdom-Preston: Financial auditing services
2019/S 141-347507
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
4 The Pavilions, Port Way
Preston
PR2 2YB
United Kingdom
Contact person: Lisa Gallacher
Telephone: +44 1772897574
E-mail: Lisa.Gallacher@placesforpeople.co.uk
NUTS code: UK
Address of the buyer profile: http://www.placesforpeople.co.uk
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Financial Audit Services Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Places for people and procurement hub are seeking applications from qualified suppliers of financial audit services who can provide a range of high quality services using a customer focused approach in the public sector. Up to 5 service providers will be appointed to the framework.
These service providers must have the experience, scope and capacity to provide all services that may be procured under the framework as described in the procurement documents on a national basis.
The Contracting Authorities that are permitted to use this framework, but not limited too, are provided within the following links http://www.procurementhub.co.uk/eligibility-criteria/
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
The principle of the financial services framework is to package a series of services that Places for People and other Contracting Authority clients require and market the services ensuring quality and value for money allowing a range of Contracting Authorities to join the Hub and use the services. The core framework will be owned by Places for People. The appointed service providers should be competent in the provision of the services and listed.
Please ensure you read the below information to determine the suitability of the project for your organisation based on being in a position to provide all services on a national basis and meet all the minimum requirements before registering for access to the full procurement documents.
The services are to include but not limited to:
— to form an opinion on the individual financial statements of Places for People Group Ltd,
— to form an opinion on the individual statutory financial statements of the subsidiaries of Places for People Group Ltd,
— to provide an audit for joint venture and partnership entities,
— to provide comfort letters where required to the Group’s investors,
— attendance at the group audit and risk committee and the preparation and presentation of comprehensive reports and findings documents to the committee.
Due to the geographical location of the Groups subsidiaries it is imperative that the audit firm has offices throughout England and Scotland in order to undertake the site fieldwork from a local office to certain individual subsidiaries. Currently the audit of Places for People Leisure, RMG, Luminus, Derwent, Allenbuild, ZeroC, Millwood and Touchstone are the audits which will be undertaken by local teams with all other audits completed from the Group’s Preston Office.
The Group’s turnover for the year ending 31.3.2018 was 754 000 000 GBP, with over 40 trading subsidiaries across the Group. The Group had fixed assets of 4 500 000 000 GBP and reserves of 489 000 000 GBP at 31.3.2018. Growth in recent years has been from acquisitions inside of the Registered Provider sector.
The appointed provider must be competent in the provision of all the services listed. The duration of the framework is intended to last for a period of 4 years. Call-offs may be made in the final year of the Framework Agreement which may extend the durations beyond this period. It is intended that this Framework Agreement will be capable of being used by other Contracting Authorities in UK. This procurement is being undertaken by the Contracting Authority for itself and as lead authority for the benefit of other organisations set out below as referred to in I.1 (without any obligation for them to participate) of the OJEU notice (and any successor body of any of the organisations listed) and for the benefit of any Contracting Authority that may fall within the geographical remit of this agreement.
The Contracting Authorities that are permitted to use this framework, but not limited too, are provided within the following links http://www.procurementhub.co.uk/eligibility-criteria/
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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
To respond to this opportunity please click here: https://procurementhub.delta-esourcing.com/respond/X3KVNV733E
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
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:
To respond to this opportunity, please click here:
https://procurementhub.delta-esourcing.com/respond/X3KVNV733E
Go reference: GO-2019719-PRO-15127396
VI.4.1)Review body
Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
1 Horse Guards Road
London
SW1A 2HQ
Uzbekistan
VI.5)Date of dispatch of this notice: