Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Audit and Assurance Services Two (A&AS2)
Reference number: RM6310
II.1.2) Main CPV code
79212000
II.1.3) Type of contract
Services
II.1.4) Short description
Crown Commercial Service (CCS), hereby known as the Authority, has established a multi-supplier Framework Contract for the supply of audit and assurance services.
Audit and Assurance Services Two (A&AS2) (RM6310) is 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 has replaced Audit and Assurance Services (RM6188).
A&AS2 has 4 lots -
Lot 1 - Internal audit and assurance
Lot 2 - External audit
Lot 3 - Counter-fraud and investigation
Lot 4 - Other independent assurance
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
500 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Internal Audit and Assurance
II.2.2) Additional CPV code(s)
72224200
72225000
72810000
75211200
79200000
79210000
79212000
79212100
79212110
79212200
79313000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
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
II.2.14) Additional information
35 Bidders were awarded on Lot 1
Lot No: 2
II.2.1) Title
External Audit
II.2.2) Additional CPV code(s)
66113000
66113100
66151000
66152000
75211200
79200000
79210000
79212000
79212100
79212300
79212500
79311410
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
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
II.2.14) Additional information
19 bidders were awarded on Lot 2
Lot No: 3
II.2.1) Title
Counter-Fraud and Investigation
II.2.2) Additional CPV code(s)
72810000
75211200
79200000
79210000
79212000
79212100
79212400
79311410
79313000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Provision of services relating to proactive counter-fraud
work and reactive investigations including forensics.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
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
II.2.14) Additional information
28 Bidders were awarded on Lot 3
Lot No: 4
II.2.1) Title
Other Independent assurance
II.2.2) Additional CPV code(s)
66113000
66113100
72224200
72225000
72810000
75211200
79200000
79210000
79212000
79212100
79212110
79212400
79311410
79313000
90714000
90714200
90714300
90714400
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Provision of services relating to assurance over aspects of organisational, operational and programme performance, benefiting from objective examination and assessment.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
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
II.2.14) Additional information
40 Bidders were awarded on Lot 4
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
2025/S 000-002783
Section V: Award of contract
Lot No: 1
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
22/07/2025
V.2.2) Information about tenders
Number of tenders received: 61
Number of tenders received by electronic means: 61
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/8be6f4c8-9b71-4950-b147-d78694db9a67 from the URL. This means the live notice will be linked once published.
1) Redacted Commercial Agreement
2) List of Successful Suppliers
3) Approved Customer list
4) Transparency Agenda
On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
VI.4) Procedures for review
VI.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: https://www.gov.uk/ccs
VI.4.2) Body responsible for mediation procedures
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
VI.5) Date of dispatch of this notice
06/08/2025