Audit and Assurance Services Two (A&AS2)

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£500M
Sector
BUSINESS
Published
28 Jan 2025
Delivery
To 25 Feb 2029 (est.)
Deadline
18 Mar 2025 15:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers
Minister for the Cabinet Office Acting Through Crown Commercial Service
Leaflet | Map tiles by Stamen Design, under CC BY 3.0. Data by OpenStreetMap, under ODbL.

Description

Crown Commercial Service (CCS), hereby known as the Authority, is seeking to establish a multi-supplier Framework Contract for the supply of audit and assurance services. Audit and Assurance Services Two (A&AS2) (RM6310) will be available for use by organisations, and their successors, listed in the authorised customer list cited at VI.3 (Additional Information) of this Notice. Services will be delivered primarily within the United Kingdom, with some limited requirements overseas. A&AS2 will replace Audit and Assurance Services (RM6188). A&AS2 will have 4 lots - Lot 1 - Internal audit and assurance Lot 2 - External audit Lot 3 - Counter-fraud and investigation Lot 4 - Other independent assurance

Lot Division

1 Internal audit and assurance
  • Value: £200M

Provision of services relating to all aspects of internal audit to provide independent and objective assurance and consulting activity on the effectiveness of governance, risk management and controls in line with public sector internal audit standards and other Standards. Additional information: 100 places are available on this lot.

2 External audit
  • Value: £100M

Provision of services relating to all aspects of external audits including inspecting documents, re-performing calculations and reviewing and reporting on controls and systems. Statutory audits requested by grant providers are included. Additional information: 100 places are available on this lot.

3 Counter-fraud and investigation
  • Value: £125M

Provision of services relating to proactive counter-fraud work and reactive investigations including forensics. Additional information: 100 places are available on this lot.

4 Other Independent assurance
  • Value: £75M

Provision of services relating to assurance over aspects of organisational, operational and programme performance, benefiting from objective examination and assessment. Additional information: 100 places are available on this lot.

Award Criteria

Quality 70
price 30

CPV Codes

  • 79212000 - Auditing services
  • 72224200 - System quality assurance planning services
  • 72225000 - System quality assurance assessment and review services
  • 72810000 - Computer audit services
  • 75211200 - Foreign economic-aid-related services
  • 79200000 - Accounting, auditing and fiscal services
  • 79210000 - Accounting and auditing services
  • 79212100 - Financial auditing services
  • 79212110 - Corporate governance rating services
  • 79212200 - Internal audit services
  • 79313000 - Performance review services
  • 66113000 - Credit granting services
  • 66113100 - Micro-credit granting services
  • 66151000 - Financial market operational services
  • 66152000 - Financial market regulatory services
  • 79212300 - Statutory audit services
  • 79212500 - Accounting review services
  • 79311410 - Economic impact assessment
  • 79212400 - Fraud audit services
  • 90714000 - Environmental auditing
  • 90714200 - Corporate environmental auditing services
  • 90714300 - Sectoral environmental auditing services
  • 90714400 - Activity specific environmental auditing services

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a one-off contract (no recurrence)
  • Renewals are available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** As part of this contract notice the following documents can be accessed at: [https://www.contractsfinder.service.gov.uk/Notice/2231fcbd-cb4a-4ee3-a9a6-961a16b3a138] 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. In each Lot, CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last awarded position. Minimum standards of reliability: CCS may also assess whether the selection criteria (in respect of III.1.3 Technical and professional ability), as set out in the procurement documents, is met on request from a buyer prior to the proposed conclusion of a call-off contract with a value in excess of 20 000 000 GBP. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Reference

Domains