Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Merthyr Valleys Homes
Ty Brychan, 22 Lansbury Road, Gellideg
Merthyr Tydfil
CF48 1HA
UK
Telephone: +44 1685727772
E-mail: fiona.jones@mvhomes.org.uk
NUTS: UKL15
Internet address(es)
Main address: http://www.mvhomes.org.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0873
I.1) Name and addresses
Valleys to Coast Housing Limited
Tremains Business Park,, Tremains Road
Bridgend
CF31 1TZ
UK
Telephone: +44 3001232100
E-mail: procurement@v2c.org.uk
NUTS: UKL17
Internet address(es)
Main address: http://www.v2c.org.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA23627
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Other: Registered Social Landlord
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of External Audit Services
Reference number: MVH0061CCR00301
II.1.2) Main CPV code
79212000
II.1.3) Type of contract
Services
II.1.4) Short description
Merthyr Valleys Homes (MVH) and Valleys to Coast (V2C) are looking for a suitably qualified, accredited and experienced Service Provider to deliver comprehensive External Audit Services and independent assurance of MVH and V2C as individual Registered Social Landlord’s (RSL) and its on-going operations.
The Service Provider will be required to provide an independent external audit service which meets all statutory and regulatory requirements including but not limited to compliance with the following to the extent they currently or subsequently apply in Wales:
United Kingdom Accounting Standards (United Kingdom Generally Accepted Accounting Practice) including Financial Reporting Standard 102;
International Standards on Auditing (UK and Ireland);
Accounting Requirements for Registered Social Landlords General Determination (Wales) 2015;
Co-Operative and Community Benefit Societies Act 2014;
Housing and Regeneration Act 2008;
Housing (Wales) Act 2014;
Financial Reporting Council’s Revised Ethical Standard 2016.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79210000
79212100
79212300
II.2.3) Place of performance
NUTS code:
UKL17
UKL15
Main site or place of performance:
Merthyr Valleys Homes Ltd, Ty Brychan, 22 Lansbury Road, Gellideg, Merthyr Tydfil, CF48 1HA
Valleys to Coast Ltd, Tremains Business Park Tremains Road, Bridgend CF31 1TZ
II.2.4) Description of the procurement
The Service Provider shall be required to conduct two (2) audits per year per Registered Social Landlord (Merthyr Valleys Homes and Valleys to Coast) and provide the Board, Audit Committee and senior management with a comprehensive management report on the findings of each audit carried out.
In their reports, the Service Provider shall report on failures or weaknesses in controls, together with appropriate recommendations for remedial action to management and the Audit Committee.
The two (2) audits annually shall be as follows:
An interim audit is to be conducted before the financial year end with the final report received before 30 April each year.
A final audit conducted and completed (including final reporting) by no later than 30 June each year.
Merthyr Valleys Homes and Valleys to Coast is looking to commence works with the appointed Service Provider from:
-Merthyr valleys Homes Ltd, 1st March 2023 (for financial year 2022/2023)
-Valleys to Coast Ltd 1st July 2023 (for financial year 2023/2024)
II.2.5) Award criteria
Criteria below:
Quality criterion: Approach to Delivery
/ Weighting: 12.50
Quality criterion: Contract Resource
/ Weighting: 12.50
Quality criterion: Community Benefits
/ Weighting: 2.50
Quality criterion: Equality and Diversity
/ Weighting: 2.50
Quality criterion: Sector Experience
/ Weighting: 20.00
Quality criterion: Presentation
/ Weighting: 10.00
Price
/ Weighting:
40.00
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
2 x 12 month periods
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
02/11/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
02/11/2022
Local time: 12:30
Place:
Electronically
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
On expiry/termination of the contract
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=125019
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Please refer to the tender documents
(WA Ref:125019)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
26/09/2022