Award

Provision of External Audit and Corporation Tax Compliance for Council Companies

THE CITY OF EDINBURGH COUNCIL

This public procurement record has 3 releases in its history.

Award

24 Jan 2024 at 16:55

Tender

08 Sep 2023 at 12:59

Planning

04 Aug 2023 at 10:40

Summary of the contracting process

The City of Edinburgh Council has completed the procurement process for the "Provision of External Audit and Corporation Tax Compliance for Council Companies" tender. The contract, valued at £413,733 GBP, was awarded to Azets Holdings Limited. The services required include annual external audit, group accounts consolidations, and tax calculations for Council companies. This procurement falls under the services category and was conducted through an open procedure.

This tender opportunity with The City of Edinburgh Council can be lucrative for businesses in the financial auditing services sector. Companies offering accounting, auditing, and fiscal services would be well-suited to compete. The tender, which had a completion date of 24th January 2024, presents an opportunity to provide essential financial services to Council companies, with an emphasis on quality and price criteria.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of External Audit and Corporation Tax Compliance for Council Companies

Notice Description

The City of Edinburgh Council requires a Service Provider to undertake annual external audit, group accounts consolidations, group tax efficiency and associated Corporation Tax calculations (and lodging of returns) for a number of Council companies. There may be occasions where ad-hoc specialist and advisory services are required from the Service Provider in relation to the Council's companies.

Lot Information

Lot 1

The City of Edinburgh Council requires a Service Provider to undertake annual external audit, group accounts consolidations, group tax efficiency and associated Corporation Tax calculations (and lodging of returns) for a number of Council companies. There may be occasions where ad-hoc specialist and advisory services are required from the Service Provider in relation to the Council's companies.

Options: There may be occasions where ad-hoc specialist and advisory services are required from the Service Provider in relation to the Council's companies.

Renewal: The Council wishes to hold the option to extend for up to a further 24 months, undertaken at the sole discretion of the Council.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03ed0a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/002483-2024
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79200000 - Accounting, auditing and fiscal services

79210000 - Accounting and auditing services

79211000 - Accounting services

79212000 - Auditing services

79212100 - Financial auditing services

79212300 - Statutory audit services

79212500 - Accounting review services

79221000 - Tax consultancy services

79222000 - Tax-return preparation services

Notice Value(s)

Tender Value
£540,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£413,733 £100K-£500K

Notice Dates

Publication Date
24 Jan 20242 years ago
Submission Deadline
9 Oct 2023Expired
Future Notice Date
1 Oct 2023Expired
Award Date
27 Nov 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
If the full contract period is undertaken, this requirement shall likely be re-tendered in mid 2029

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE CITY OF EDINBURGH COUNCIL
Contact Name
Callum Ewan
Contact Email
callum.ewan@edinburgh.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
EDINBURGH
Postcode
EH8 8BG
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM75 City of Edinburgh

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

Supplier Information

Number of Suppliers
1
Supplier Name

AZETS HOLDINGS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03ed0a-2024-01-24T16:55:54Z",
    "date": "2024-01-24T16:55:54Z",
    "ocid": "ocds-h6vhtk-03ed0a",
    "description": "It is a mandatory requirement of this Contract that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. (SC Ref:754285)",
    "initiationType": "tender",
    "tender": {
        "id": "CT2999",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of External Audit and Corporation Tax Compliance for Council Companies",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79212100",
            "description": "Financial auditing services"
        },
        "mainProcurementCategory": "services",
        "description": "The City of Edinburgh Council requires a Service Provider to undertake annual external audit, group accounts consolidations, group tax efficiency and associated Corporation Tax calculations (and lodging of returns) for a number of Council companies. There may be occasions where ad-hoc specialist and advisory services are required from the Service Provider in relation to the Council's companies.",
        "value": {
            "amount": 540000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The City of Edinburgh Council requires a Service Provider to undertake annual external audit, group accounts consolidations, group tax efficiency and associated Corporation Tax calculations (and lodging of returns) for a number of Council companies. There may be occasions where ad-hoc specialist and advisory services are required from the Service Provider in relation to the Council's companies.",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council wishes to hold the option to extend for up to a further 24 months, undertaken at the sole discretion of the Council."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "There may be occasions where ad-hoc specialist and advisory services are required from the Service Provider in relation to the Council's companies."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79200000",
                        "description": "Accounting, auditing and fiscal services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79210000",
                        "description": "Accounting and auditing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212000",
                        "description": "Auditing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212100",
                        "description": "Financial auditing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212300",
                        "description": "Statutory audit services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79222000",
                        "description": "Tax-return preparation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212500",
                        "description": "Accounting review services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79211000",
                        "description": "Accounting services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79221000",
                        "description": "Tax consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-10-02T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Part IV: Selection Criteria - A: Professional & Trade Registers - Question 4A.1 and 4A.2 The specification states the appointed Supplier must ensure their organisation and, where applicable, staff members are registered as an auditor with a relevant professional body. Please use the questions 4A.1 and 4A.2 to confirm and provide details of compliance with this criteria. Where a Tenderer's response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Part IV: Selection criteria - B: Economic and financial standing - Question 4B.1 - Tenderers are required to have a minimum \"general\" annual turnover of 180,000 GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4: - Current ratio for Current Year: 1.10 - Current ratio for Prior Year: 1.10 The formula for calculating a Tenderer's current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10. Where a Tenderer's current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: - Employers (Compulsory) Liability Insurance - 5m GBP - Professional Indemnity Insurance - 5m GBP",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Part IV: Selection criteria - C: Prompt Payment - Question 4C.4 - It is a mandatory requirement of this Contract that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question. Please note that tenderers who fail to answer \"Yes\" to this question may not have their tender considered further or proceed to the Price/Quality ratio calculation. Part IV: Selection criteria - C: Living Wage Payment - Question 4C.4 - Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the contract (including any agency or sub-contractor staff directly involved in the delivery of the contract), at least the real Living Wage. Bidders should confirm that this condition will be met within the response to this question. Please note that tenderers who fail to answer \"Yes\" to this question may not have their tender considered further or proceed to the Price/Quality ratio calculation. Part IV: Selection criteria - C: Environmental Management Measures - Question 4C.7 - Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to: - A completed copy of \"Annex 1 - Contract Climate Change Plan\" including planned projects and actions to reduce the bidder's carbon emissions. This does not need to contain calculated carbon emissions. - Where a Tenderer's response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management - Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Section 1212 of the Companies Act 2006 An individual or firm is eligible for appointment as a statutory auditor if the individual or firm-- a) is a member of a recognised supervisory body, and b) is eligible for appointment under the rules of that body."
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2023-10-09T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 3600
            }
        },
        "awardPeriod": {
            "startDate": "2023-10-09T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2023-10-09T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.",
        "recurrence": {
            "description": "If the full contract period is undertaken, this requirement shall likely be re-tendered in mid 2029"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-346",
            "name": "The City of Edinburgh Council",
            "identifier": {
                "legalName": "The City of Edinburgh Council"
            },
            "address": {
                "streetAddress": "Waverley Court, 4 East Market Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH8 8BG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Callum Ewan",
                "email": "callum.ewan@edinburgh.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.edinburgh.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-5024",
            "name": "Sheriff Court",
            "identifier": {
                "legalName": "Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-103363",
            "name": "Azets Holdings Limited",
            "identifier": {
                "legalName": "Azets Holdings Limited"
            },
            "address": {
                "streetAddress": "2nd Floor Regis House, 45 King William Street",
                "locality": "London",
                "region": "UKI",
                "postalCode": "EC4R 9AN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1314733500"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-346",
        "name": "The City of Edinburgh Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000743453"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "002483-2024-CT2999-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-103363",
                    "name": "Azets Holdings Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "002483-2024-CT2999-1",
            "awardID": "002483-2024-CT2999-1",
            "status": "active",
            "value": {
                "amount": 413733,
                "currency": "GBP"
            },
            "dateSigned": "2023-11-27T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}