Audit & Assurance Services (A&AS)

Access audit and assurance services including internal and external audit, counter fraud and investigation.

Updates

03/02/25: Join us for an insightful event tailored for suppliers, focusing on the application of the price per quality point (PQP) evaluation methodology in the procurement of public sector contracts. Taking place on 12 March 2025, this event will be hosted by Crown Commercial Service (CCS) and is open to all suppliers with an interest in the topic, whether or not you are an awarded supplier to a current CCS commercial agreement.

This event offers a valuable opportunity to understand how PQP may be used by contracting authorities in the procurement of their contracts for all categories of goods and services. Government representatives from the Cabinet Office Complex Transactions Team will guide you through the intricacies of PQP, demonstrating its impact on evaluating tender submissions and enhancing procurement outcomes.

Sign up for the event.

Event highlights:

  • In-depth discussions: Explore the principles of using PQP in public sector procurement, including practical examples.

  • Networking opportunities: Connect with fellow suppliers and procurement professionals to share experiences and insights.

  • Q and answer sessions: Engage directly with speakers to clarify your understanding and address any queries related to PQP.

Whether you are new to public sector procurement or an experienced supplier seeking to optimise your tendering process, this event will provide you with the knowledge and tools to respond to tenders effectively where PQP is the chosen evaluation methodology.

This event is for suppliers, please sign up using your corporate email address.

The meeting will be hosted on Microsoft Teams, a calendar invite and joining instructions will be shared in advance of the event.

Description

Central government and wider public sector can access cost effective audit and assurance services from a range of suppliers across 4 specific lots.

You can access the following services through this agreement:

  • internal audit and assurance
  • external audit
  • counter fraud and investigation 
  • other independent assurance

For a more detailed description of the service lines provided under each lot, read the lot description document.

This agreement will run for 4 years and there will be no option to extend.

RM6310 A&AS2 is currently being procured as the replacement agreement; more information can be found on the A&AS2 webpage.

Benefits

  • a new agreement designed to provide audit and assurance services
  • wide range of suppliers from SMEs to large multinationals
  • all suppliers are Cyber Essentials accredited
  • terms and conditions specifically adapted for the audit market
  • competitive market rates
  • maximum rates fixed for the life of the agreement
  • comprehensive customer guidance and templates
  • choice of pricing models including: time and materials, fixed, or risk and reward
  • dedicated and knowledgeable contract management team to support you

Products and suppliers

Please read the 'How to buy' tab below for detailed instructions on how to find out which suppliers are on this framework.

How to buy

Before using this agreement, you will need to read the buyer guide.

Further competition is the standard route to market for buying from this agreement.  For further details, read the framework schedule 7: call off award procedure.

Further competition 

You can use your own eSourcing system or you can use our eSourcing tool to run your further competition. If this is your first time using our eSourcing suite, you will need to register an account.

To run a further competition you will need to:

  1. clearly define your needs using the T2 attachment 3 statement of requirements template
  2. identify which lot is most suitable for your needs, read lot descriptions
  3. develop your tender documents
  4. identify suppliers capable of meeting your needs, to do this you can use the service line matrix
  5. establish appropriate timescales for your procurement
  6. issue expression of interest (EOI) (optional)
  7. issue tender to all agreement suppliers identified using the service line matrix and EOI
  8. evaluate supplier responses
  9. award a contract to the successful supplier(s) and notify unsuccessful suppliers
  10. you may wish to include a 10 day standstill period before award (optional)

Documents

  1. RM6188 Buyer guide
  2. RM6188 Lot descriptions
  3. RM6188 Service Line matrix
  4. RM6188 CPV codes
  5. RM6188 A&AS How to use contractual documents
  6. RM6188 Customer social value guide
  7. RM6188 Core terms
  8. RM6188 Call off schedule 1: transparency reports
  9. RM6188 Call off schedule 2: staff transfer
  10. RM6188 Call off schedule 3: continuous improvement
  11. RM6188 Call off schedule 4: call off tender
  12. RM6188 Call off schedule 5: pricing details
  13. RM6188 Call off schedule 6: ICT services
  14. RM6188 Call off schedule 7: key supplier staff
  15. RM6188 Call off schedule 8: business continuity and disaster recovery
  16. RM6188 Call off schedule 9: security
  17. RM6188 Call off schedule 10: exit management
  18. RM6188 Call off schedule 12: clustering
  19. RM6188 Call off schedule 13: implementation plan and testing
  20. RM6188 Call off schedule 14: service levels
  21. RM6188 Call off schedule 15: call off contract management
  22. RM6188 Call off schedule 16: benchmarking
  23. RM6188 Call off schedule 17: MOD terms
  24. RM6188 Call off schedule 18: background checks
  25. RM6188 Call off schedule 19: Scottish law
  26. RM6188 Call off schedule 20: specification
  27. RM6188 Call off schedule 21: Northern Ireland law
  28. RM6188 Call off schedule 23: HMRC schedule
  29. RM6188 Joint schedule 1: definitions
  30. RM6188 Joint schedule 2: variation form
  31. RM6188 Joint schedule 3: insurance requirements
  32. RM6188 Joint schedule 4: commercially sensitive information
  33. RM6188 Joint schedule 5: corporate social responsibility
  34. RM6188 Joint schedule 6: key subcontractors
  35. RM6188 Joint schedule 7: financial difficulties
  36. RM6188 Joint schedule 8: guarantee
  37. RM6188 Joint schedule 9: minimum standards of reliability
  38. RM6188 Joint schedule 10: rectification plan
  39. RM6188 Joint schedule 11: processing data
  40. RM6188 Framework schedule 1: attachment 9 specification
  41. RM6188 Framework schedule 2: framework tender
  42. RM6188 Framework schedule 3: framework prices
  43. RM6188 Framework schedule 4: framework management
  44. RM6188 Framework schedule 5: management charges and information
  45. RM6188 Framework schedule 6: order form template and call-off schedules
  46. RM6188 Framework schedule 7: call off award-procedure
  47. RM6188 Framework schedule 8: self audit certificate
  48. RM6188 Framework schedule 9: cyber essentials scheme
  49. RM6188 T1 – Expression of interest
  50. RM6188 T2 Attachment 3: statement of requirements
  51. RM6188 T3 Non Disclosure Agreement (NDA)
  52. RM6188 T4 Request for information
  53. RM6188 T5 Attachment 1: about the procurement
  54. RM6188 T6 Attachment 2 how to bid including evaluation criteria
  55. RM6188 T7 Attachment 4: pricing schedule
  56. RM6188 T8 Clarification questions log
  57. RM6188 T9 Evaluator competency profile
  58. RM6188 T10 Evaluator conflict of interest
  59. RM6188 T11a Award letter
  60. RM6188 T11b Unsuccessful supplier letter
  61. RM6188 Benchmarking document
  62. RM6188 Grade definitions