Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Statutory Audit and Multi-Specialty Audit Services and Advisory Consultancy Services

  • First published: 09 August 2019
  • Last modified: 09 August 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
East Of England NHS Collaborative Hub
Authority ID:
AA24804
Publication date:
09 August 2019
Deadline date:
03 September 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

External Audit’s objectives are to review and report on:

(a) the financial aspects of the audited body’s corporate governance arrangements, as they relate to:

(i) the legality of transactions that might have significant financial consequences;

(ii) the financial standing of the audited body;

(iii) systems of internal financial control;

(iv) standards of financial conduct; and

(v) the prevention and detection of fraud and corruption;

(b) the audited body’s financial statements; and

(c) aspects of the audited body’s arrangements to manage its performance, as they relate to economy, efficiency and effectiveness in the use of resources.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

East Of England NHS Collaborative Hub

Victoria House, Capital Business Park, Fulbourn

Cambridge

CB21 5XB

UK

Contact person: Sandra Atik

Telephone: +44 7983339079

E-mail: phc@eoecph.nhs.uk

NUTS: UK

Internet address(es)

Main address: http://www.eoecph.nhs.uk/

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://eoecph.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://eoecph.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Statutory Audit and Multi-Specialty Audit Services and Advisory Consultancy Services

Reference number: project_18893

II.1.2) Main CPV code

79200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

EOECPH is seeking experienced, proven, innovative and agile providers to deliver multi-speciality audit services relevant to publicly funded bodies including but not limited to NHS.

This will include supply of external audit, internal audit, counter fraud services, internal audit and counter fraud services, workforce audit services, VAT audit services, local security management specialists and business/consultancy audit and financial services to compliment and support all other lots on the framework

This framework is for the benefit of publicly funded (wholly or partially funded) service delivery arenas, such as but not limited to (including combinations and variations) of:

— core public services (central and sub-central authorities),

— patient/user-centric service development,

— NHS delivered health services,

— other delivered health services,

— social services,

— local government services,

— local authority services,

— health and social care services, who are, or become customers of EoECPH or alliances.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

External Audit

II.2.2) Additional CPV code(s)

79200000

79210000

79212000

79212100

79212300

79212500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

External Audit’s objectives are to review and report on:

(a) the financial aspects of the audited body’s corporate governance arrangements, as they relate to:

(i) the legality of transactions that might have significant financial consequences;

(ii) the financial standing of the audited body;

(iii) systems of internal financial control;

(iv) standards of financial conduct; and

(v) the prevention and detection of fraud and corruption;

(b) the audited body’s financial statements; and

(c) aspects of the audited body’s arrangements to manage its performance, as they relate to economy, efficiency and effectiveness in the use of resources.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 2

II.2.1) Title

Internal Audit

II.2.2) Additional CPV code(s)

79200000

79210000

79212000

79212100

79212200

79212300

79212400

79212500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The provider will be expected to provide a full internal audit service, undertaking systems-based audits where feasible. The main responsibility of that service will be to provide the board (through its audit committee) with assessments of the effectiveness of the contracting authority’s system of internal control which can be relied on by external auditors for their annual governance statement.

The internal auditors will report to the Director of finance and performance but will also have direct access to the audit committee. It is recognised that an effective control system reduces the likelihood that errors or irregularities will occur and remain undetected; however, it does not eliminate that possibility. It is also recognised that the provider’s work does not guarantee that errors or irregularities will not occur and may not detect errors or irregularities which do occur.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 3

II.2.1) Title

Counter Fraud Services

II.2.2) Additional CPV code(s)

79200000

79210000

79212000

79212100

79212400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

All publicly funded contracting bodies require high quality counter fraud services, which meet the service delivery and reporting requirements specifically relevant to their organisation, ensuring that the publicly funded entity as contracting authority, obtains value for money whilst providing its core role and responsibilities.

The provider will be expected to take on any additional duties during the contract period arising from legislative changes and directives relating to counter fraud, subject to the agreement as to the impact of new requirements on the agreed counter fraud plan, and will ensure the necessary levels of professional independence and objectivity.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 4

II.2.1) Title

Internal Audit and Counter Fraud Services

II.2.2) Additional CPV code(s)

79200000

79210000

79212000

79212100

79212200

79212300

79212400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of combined internal audit and counter fraud services will not be directly evaluated. A tenderer’s scores for Lot 2 and Lot 3 will be combined to calculate the tenderers Lot 4 score. Providers whose bid submission is suitable for award in their own right for Lot 2 and Lot 3 will be considered for Lot 4, where so identified by the bidder as part of their submission.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 5

II.2.1) Title

Workforce Audit Services

II.2.2) Additional CPV code(s)

79212200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The workforce audit lot will comprise of service delivery requirements, including but not limited to the following areas:

— temporary and permanent clinical staffing,

— temporary, fixed term and permanent staffing including non-clinical, temporary and fixed-term staff,

— staff bank suppliers including both technology and practical delivery and flexible resource pool — staff bank,

— international recruitment staffing programmes including international healthcare professionals recruitment and associated services,

— NHS Workforce focussed technology solutions,

— NHS Workforce focussed consultancy solutions.

The scope and extent of the audit requirements will be defined by the contracting authority. Audits may include but are not limited to the following areas of staffing supplier operations or company credentials:

— financial stability including for bidders of new framework agreements,

— operational or any other business functions as required e.g. framework compliance checks,

— mandatory assessment, either annual or as specified by the contracting authority,

— reviewing operations against compliance with NHS pre-employment checks and employers employment checks https://www.nhsemployers.org/your-workforce/recruit/employment-checks and https://www.nhsemployers.org/your-workforce/recruit/streamlining-programme/nhs-to-nhs-staff-transfers/streamlining-recruitment/pre-employment-checks or as detailed by the contracting authority,

— reactionary assessments as a result of information learnt or accusations made.

Provisionally and in consideration of the requirements specified above, the remit of the work can be categorised as, but is not limited, the following:

— pre or post award audit,

— rolling/periodic/scheduled audit,

— ad hoc/reactionary audit.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 6

II.2.1) Title

VAT Audit Services

II.2.2) Additional CPV code(s)

66171000

79200000

79210000

79212000

79212100

79212200

79212300

79221000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Contracting authorities, when set as a VAT registered body, are required to comply with the VAT rules and procedures as enforced by HMRC. Along with mainstream businesses the organisation has a duty to consider how VAT affects all of its income and expenditure, including any secondary income sources. For this VAT advisory service, the main elements captured are:

—VAT compliance/recovery,

—capital programme,

—business input calculation and optional ad-hoc consultancy project work.

Project work can consist of planned work for VAT advice as well as unforeseen requirements, which may become apparent during the life of the contract.

The contracting authority requires the provision of VAT advisory services, to cover all of their activities including, but not exclusive to the review of contracted out services, VAT attributable to business activities (including car parking, catering, capital purchases, and charitable services), reviews of partial exemptions (monthly including annual adjustment), including any liaison with HMRC should this be required.

It is expected that the provider will ensure all and any requirements, in relation to VAT, will be supplied to the contracting authority ensuring a comprehensive VAT advisory service. The provider, when undertaking delivery of the VAT advisory services, will in consultation with the Contracting Authority as to their exact requirements,

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 7

II.2.1) Title

Local Security Management Specialists

II.2.2) Additional CPV code(s)

66171000

79212000

79700000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The role of the LSMS is to implement at a local level, the national policy for security management, and to work proactively and reactively with the NHS contracting authorities accessing these services. Providers will be required to assist with the development and implementation of services as well as assisting trusts review their security strategies to ensure that staff and patients along with trust and personal assets are protected as far as is reasonably practicable, allowing the trust to focus on providing and delivering high quality healthcare.

The provider will be responsible for:

— providing security management and or assurance services,

— assisting the organisation in reviewing and addressing security risks,

— ensuring there are effective policies and procedures in place in terms of physical and procedural security,

— enabling a safe and secure environment where staff and visitors are as safe as is reasonably practicable,

— for NHS organisations enabling a safe and secure environment where staff, patients and visitors so that the highest standards of clinical care can be made available to service users,

— developing appropriate training to support security standards,

— provide advice and guidance through working in close partnership with Trust stakeholders and external organisations such as the Police, Crown Prosecution Services (CPS), auditors/other professional bodies and trade unions,

— enabling and promoting a pro-security culture within the organisation,

— monitoring and investigating violence and security incidents,

— ensuring the organisation is taking appropriate and proportional action in respect to incidents, and

— to actively work to reduce incidents of violence and aggression in the organisation through proactive work streams such as physical, technical and procedural controls to provide a balanced and appropriate security approach that meets the needs and circumstances of any service/locality.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 8

II.2.1) Title

Consultancy Audit and Financial Services

II.2.2) Additional CPV code(s)

79200000

79210000

79212000

79212100

79212200

79212300

79212400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 8 is a locked lot and will not be evaluated; it is intended that inclusion to this lot will only be available to those providers awarded to the framework. Consultancy audit services can either supplement the lot or lots a provider has been awarded to, complimenting services detailed against the lot, or alternatively they can be stand alone to provide independent review and scrutiny for governance requirements applicable to the wider audit environment, or services and advice which ties back to the wider requirements of the Trust.

Consultancy services requirements may change during the life of the framework; from changes in requirements from legislation, or individual Trust needs, staff turnover and organisational transition, etc.

The types of consultancy services available under Lot 8 could be but are not restricted to the following types of services:

— business/service reviews,

— due diligence reviews,

— standard training and development,

— CCG board evaluation and development,

— Governance for Clinical Commissioning Groups (CCGs),

— 'Critical Friend' support,

— IT Health checks, managing risks and securing value,

— information governance in practice,

— data analysis, Computer assisted auditing techniques (CAATs),

— bribery act and counter fraud training,

— conflict resolution and security management,

— charitable funds training and development,

— clinical commissioning groups board and evaluation,

— financial recovery and tracking,

— facilitation workshops for boards,

— training on the role of audit committees for non-executive directors,

— support in developing governance arrangements,

— ‘deep dive’ financial account checks this could be a review on invoicing to ensure appropriate payments have been made e.g. HMRC, supplier invoicing, etc.,

— cyber security assessments and testing on systems.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 03/09/2019

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: 03/09/2019

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Four years.

VI.4) Procedures for review

VI.4.1) Review body

NHS Resolution

London

UK

VI.5) Date of dispatch of this notice

07/08/2019

Coding

Commodity categories

ID Title Parent category
79210000 Accounting and auditing services Accounting, auditing and fiscal services
79212500 Accounting review services Auditing services
79200000 Accounting, auditing and fiscal services Business services: law, marketing, consulting, recruitment, printing and security
79212000 Auditing services Accounting and auditing services
79212100 Financial auditing services Auditing services
66171000 Financial consultancy services Financial consultancy, financial transaction processing and clearing-house services
79212400 Fraud audit services Auditing services
79212200 Internal audit services Auditing services
79700000 Investigation and security services Business services: law, marketing, consulting, recruitment, printing and security
79212300 Statutory audit services Auditing services
79221000 Tax consultancy services Fiscal services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
phc@eoecph.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.