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 & Advisory Consultancy Services

  • First published: 19 August 2023
  • Last modified: 19 August 2023

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:
ocds-h6vhtk-03f550
Published by:
East of England NHS Collaborative Hub c/o West Suffolk NHS Foundation Trust
Authority ID:
AA77991
Publication date:
19 August 2023
Deadline date:
28 September 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

II.2.4) Description of the procurement<br/>External Audit is an essential part of the process of accountability for public money. In the<br/>public sector auditors give an independent opinion on public bodies’ financial statements<br/>and may review, and report on all aspects of the arrangements put in place by public bodies<br/>to ensure the proper conduct of their financial affairs, and to manage their performance and<br/>use of resources.<br/>The External Audit programme offered by the framework will be consistent with the<br/>‘principles of public audit’ as defined by the Public Audit Forum.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

East Of England NHS Collaborative Hub c/o West Suffolk NHS Foundation Trust

Victoria House, Capital Park

Fulbourn

CB21 5XB

UK

Contact person: Corporate Service

E-mail: corporate.services@eoecph.nhs.uk

NUTS: UKH12

Internet address(es)

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

Address of the buyer profile: https://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://health-family.force.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://health-family.force.com/s/Welcome


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


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://health-family.force.com/s/Welcome


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 & Advisory Consultancy Services

II.1.2) Main CPV code

79200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

East of England NHS Collaborative Procurement Hub on behalf of NHS Procurement in<br/>Partnership (Comprising of East of England NHS Collaborative Procurement hub, NHS<br/>Commercial Solutions, NHS London Procurement partnership and NHS North of England<br/>Commercial Procurement Collaborative) is seeking to award a framework for Statutory Audit<br/>and Multi-Specialty Audit & Advisory Consultancy Services

II.1.5) Estimated total value

Value excluding VAT: 60 000 000.00  GBP

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: All Lots

II.2.1) Title

Lot 7 - Multi-Audit & Specialist Service

II.2.2) Additional CPV code(s)

79200000

79212100

79212000

79212300

79212400

79212200

79210000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 7 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 in Lots 2-6.<br/>Multi-Audit & Specialist 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.<br/>Multi-Audit & Specialist Service 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.

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: Yes

Description of options:

Initial term of 24 month with an option to extend for a further 2 x 12 months

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: 1

II.2.1) Title

Lot 1 - Statutory Audit / External Audit

II.2.2) Additional CPV code(s)

79200000

79210000

79212100

79212000

79212300

79212500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

II.2.4) Description of the procurement<br/>External Audit is an essential part of the process of accountability for public money. In the<br/>public sector auditors give an independent opinion on public bodies’ financial statements<br/>and may review, and report on all aspects of the arrangements put in place by public bodies<br/>to ensure the proper conduct of their financial affairs, and to manage their performance and<br/>use of resources.<br/>The External Audit programme offered by the framework will be consistent with the<br/>‘principles of public audit’ as defined by the Public Audit Forum.

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: Yes

Description of options:

Initial term of 24 month with an option to extend for a further 2 x 12 months

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

Lot 2 - Counter Fraud

II.2.2) Additional CPV code(s)

79200000

79212000

79212100

79212400

79210000

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<br/>organisation,.<br/>The Counter Fraud Programme available against the framework captures both a preventative and reactive focus for investigations.<br/>The Counter Fraud Programme must identify and minimise the potential for fraud and corruption in accordance with any guidance applicable to the Contracting Authority.

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: Yes

Description of options:

Initial term of 24 month with an option to extend for a further 2 x 12 months

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

Lot 3 - Internal Audit

II.2.2) Additional CPV code(s)

79200000

79212300

79212500

79212100

79212200

79210000

79212000

79212400

79200000

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.<br/>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;<br/>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: Yes

Description of options:

Initial term of 24 month with an option to extend for a further 2 x 12 months

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

Lot 4 - Assurance Reviews

II.2.2) Additional CPV code(s)

79200000

79212100

79212000

79210000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Assurance Review services provided should include but is not limited to, continuous and reliable assurance on organisational stewardship and the management of the major risks to organisational success, and delivery of improved, cost effective, public services. Assurance will cover looking at quality control mechanisms, employee feedback, information technology systems, and organisational behaviour.

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: Yes

Description of options:

Initial term of 24 month with an option to extend for a further 2 x 12 months

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

Lot 5 - Digital and IM&T Audit

II.2.2) Additional CPV code(s)

72810000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Supplier will be expected to provide a full Digital and IM&T Audit Service to determine the effectiveness of the Contracting Authorities internal systems. This includes applying IT audit and data enabled techniques, evaluating and testing controls within and associated with information systems relevant to reporting and providing expert advice and support for other digital matters.

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: Yes

Description of options:

Initial term of 24 month with an option to extend for a further 2 x 12 months

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

Lot 6 - Security Managment

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.<br/>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.

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: Yes

Description of options:

Initial term of 24 month with an option to extend for a further 2 x 12 months

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: Yes

IV.2) Administrative information

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

Date: 28/09/2023

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: 48 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 18/08/2023

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

NHS PiP member bodies as listed at the below websites and any additional new NHS PiP members including wholly owned companies and subsidiaries may utilise this framework during the contract term.<br/>http://noecpc.nhs.uk/current-members<br/>https://www.commercialsolutions-sec.nhs.uk/<br/>https://www.lpp.nhs.uk/<br/>https://www.eoecph.nhs.uk/<br/>In addition to the NHS PIP Members this Framework Agreement is for use by Contracting<br/>Authorities in the United Kingdom (England, Scotland, Wales, and Northern Ireland), British<br/>Overseas Territories, and Crown Dependencies that exist on [insert date of tender issue] and<br/>which fall into one or more of the following categories:<br/>1. Any of the following:<br/>(a) Ministerial government departments;<br/>(b) Non ministerial government departments;<br/>(c) Executive agencies of government;<br/>(d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs,<br/>and tribunal NDPBs;<br/>(e) Assembly Sponsored Public Bodies (ASPBs);<br/>(f) Police forces;<br/>(g) Fire and rescue services;<br/>(h) Ambulance services;<br/>(i) Maritime and coastguard agency services;<br/>(j) NHS bodies;<br/>(k) Educational bodies or establishments including state schools (nursery schools, primary<br/>schools, middle or high schools, secondary schools, special schools), academies, colleges,<br/>Pupil Referral Unit (PRU), further education colleges and universities;<br/>(l) Hospices;<br/>(m) National Parks;<br/>(n) Housing associations, including registered social landlords;<br/>(o) Third sector and charities;<br/>(p) Citizens advice bodies;<br/>(q) Councils, including county councils, district councils, county borough councils,<br/>community councils, London borough councils, unitary councils, metropolitan councils,<br/>Page 17 to 18<br/>parish councils;<br/>(r) Public corporations;<br/>(s) Public financial bodies or institutions;<br/>(t) Public pension funds;<br/>(u) Central banks;<br/>(v) Civil service bodies, including public sector buying organisations;<br/>(w) Local Authorities;<br/>(x) Social Enterprises;<br/>(y) Independent health advisory organisations working in conjunction with or on behalf of the<br/>Public Sector<br/>(z) GP’s and GP Federations working in conjunction with or on behalf of the Public Sector<br/>2. Those listed and maintained by the Government on their website at <br/>https://www.gov.uk/government/organisations or any replacement or updated web-link.<br/>3. Those listed and maintained by the Office of National Statistics (ONS) at Public sector<br/>classification guide and forward work plan - Office for National Statistics (ons.gov.uk) or any<br/>replacement or updated web-link.<br/>4. Those bodies in England, Scotland, Wales or Northern Ireland which are within the scope<br/>of the definition of “Contracting Authority” in regulation 2(1) of the Public Contracts<br/>Regulations 2015 (PCR) and/or Schedule 1 PCR.<br/>5. Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM<br/>Government Departments and Cabinet Office, including but not limited to: Department of<br/>Health & Social Care, as listed at: https://www.gov.im/about-the-government/departments<br/>or any replacement or updated web-link.

VI.4) Procedures for review

VI.4.1) Review body

NHS Litigation Authority

8th Floor, 10 South Colonnade, Canary Wharf

London

E14 4PU

UK

Internet address(es)

URL: https://www.resolution.nhs.uk/

VI.5) Date of dispatch of this notice

18/08/2023

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
72810000 Computer audit services Computer audit and testing 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

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:
corporate.services@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.