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.
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:
- clearly define your needs using the T2 attachment 3 statement of requirements template
- identify which lot is most suitable for your needs, read lot descriptions
- develop your tender documents
- identify suppliers capable of meeting your needs, to do this you can use the service line matrix
- establish appropriate timescales for your procurement
- issue expression of interest (EOI) (optional)
- issue tender to all agreement suppliers identified using the service line matrix and EOI
- evaluate supplier responses
- award a contract to the successful supplier(s) and notify unsuccessful suppliers
- you may wish to include a 10 day standstill period before award (optional)
Documents
- RM6188 Buyer guide
- RM6188 Lot descriptions
- RM6188 Service Line matrix
- RM6188 CPV codes
- RM6188 A&AS How to use contractual documents
- RM6188 Customer social value guide
- RM6188 Core terms
- RM6188 Call off schedule 1: transparency reports
- RM6188 Call off schedule 2: staff transfer
- RM6188 Call off schedule 3: continuous improvement
- RM6188 Call off schedule 4: call off tender
- RM6188 Call off schedule 5: pricing details
- RM6188 Call off schedule 6: ICT services
- RM6188 Call off schedule 7: key supplier staff
- RM6188 Call off schedule 8: business continuity and disaster recovery
- RM6188 Call off schedule 9: security
- RM6188 Call off schedule 10: exit management
- RM6188 Call off schedule 12: clustering
- RM6188 Call off schedule 13: implementation plan and testing
- RM6188 Call off schedule 14: service levels
- RM6188 Call off schedule 15: call off contract management
- RM6188 Call off schedule 16: benchmarking
- RM6188 Call off schedule 17: MOD terms
- RM6188 Call off schedule 18: background checks
- RM6188 Call off schedule 19: Scottish law
- RM6188 Call off schedule 20: specification
- RM6188 Call off schedule 21: Northern Ireland law
- RM6188 Call off schedule 23: HMRC schedule
- RM6188 Joint schedule 1: definitions
- RM6188 Joint schedule 2: variation form
- RM6188 Joint schedule 3: insurance requirements
- RM6188 Joint schedule 4: commercially sensitive information
- RM6188 Joint schedule 5: corporate social responsibility
- RM6188 Joint schedule 6: key subcontractors
- RM6188 Joint schedule 7: financial difficulties
- RM6188 Joint schedule 8: guarantee
- RM6188 Joint schedule 9: minimum standards of reliability
- RM6188 Joint schedule 10: rectification plan
- RM6188 Joint schedule 11: processing data
- RM6188 Framework schedule 1: attachment 9 specification
- RM6188 Framework schedule 2: framework tender
- RM6188 Framework schedule 3: framework prices
- RM6188 Framework schedule 4: framework management
- RM6188 Framework schedule 5: management charges and information
- RM6188 Framework schedule 6: order form template and call-off schedules
- RM6188 Framework schedule 7: call off award-procedure
- RM6188 Framework schedule 8: self audit certificate
- RM6188 Framework schedule 9: cyber essentials scheme
- RM6188 T1 – Expression of interest
- RM6188 T2 Attachment 3: statement of requirements
- RM6188 T3 Non Disclosure Agreement (NDA)
- RM6188 T4 Request for information
- RM6188 T5 Attachment 1: about the procurement
- RM6188 T6 Attachment 2 how to bid including evaluation criteria
- RM6188 T7 Attachment 4: pricing schedule
- RM6188 T8 Clarification questions log
- RM6188 T9 Evaluator competency profile
- RM6188 T10 Evaluator conflict of interest
- RM6188 T11a Award letter
- RM6188 T11b Unsuccessful supplier letter
- RM6188 Benchmarking document
- RM6188 Grade definitions