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 Award Notice

ID 5537570 - DoF - Provision of Internal Audit Services

  • First published: 10 June 2025
  • Last modified: 10 June 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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-04dce5
Published by:
Department of Finance
Authority ID:
AA55145
Publication date:
10 June 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Internal Audit Services (IAS) intends to establish a Framework Agreement for the provision of internal auditors to carry out risk-based Internal Audit assignments which will contribute towards the completion of agreed Internal Audit Strategies and associated Internal Audit Plans on a call-off as required basis. The Framework Agreement will contain 2 (two) Lots: Lot 1 – General Internal Audit Services and Lot 2 – ICT Internal Audit Services. Full details of requirements are set out in the Specification document (ID 5537870 – Specification).

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Department of Finance

303 Airport Road West

BELFAST

BT3 9ED

UK

E-mail: ssdadmin.cpd@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

ID 5537570 - DoF - Provision of Internal Audit Services

Reference number: ID 5537570

II.1.2) Main CPV code

79212000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Internal Audit Services (IAS) intends to establish a Framework Agreement for the provision of internal auditors to carry out risk-based Internal Audit assignments which will contribute towards the completion of agreed Internal Audit Strategies and associated Internal Audit Plans on a call-off as required basis. The Framework Agreement will contain 2 (two) Lots: Lot 1 – General Internal Audit Services and Lot 2 – ICT Internal Audit Services. Full details of requirements are set out in the Specification document (ID 5537870 – Specification).

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 2 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 – General Internal Audit Services

II.2.2) Additional CPV code(s)

79212200

79212300

79212400

79200000

79210000

79212100

79000000

79212110

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

Internal Audit Services (IAS) intends to establish a Framework Agreement for the provision of internal auditors to carry out risk-based Internal Audit assignments which will contribute towards the completion of agreed Internal Audit Strategies and associated Internal Audit Plans on a call-off as required basis. The Framework Agreement will contain 2 (two) Lots: Lot 1 – General Internal Audit Services and Lot 2 – ICT Internal Audit Services. Full details of requirements are set out in the Specification document (ID 5537870 – Specification).

II.2.5) Award criteria

Quality criterion: AC1 - Methodology and Contingency / Weighting: 40

Quality criterion: AC2 - Personnel Skills and Experience / Weighting: 29.6

Quality criterion: AC3 - Social Value / Weighting: 10.4

Cost criterion: AC4 - Cost Daily Rate / Weighting: 20

II.2.11) Information about options

Options: Yes

Description of options:

Following the initial term, there are 3 options to extend for any period of up to and including12 months each.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This is a demand driven Framework, there is no guarantee of work given. The figure indicated in Section II.1.5 represents an estimated value. This value reflects the potential scale and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into accountthe application of indexation. Neither CPD nor the Authority can provide any guarantee as. tothe level of business under this Framework. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmedby the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.

Lot No: 2

II.2.1) Title

Lot 2 – ICT Internal Audit Services

II.2.2) Additional CPV code(s)

79212200

79212300

79212400

79200000

79210000

79212100

79000000

79212110

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

Internal Audit Services (IAS) intends to establish a Framework Agreement for the provision of internal auditors to carry out risk-based Internal Audit assignments which will contribute towards the completion of agreed Internal Audit Strategies and associated Internal Audit Plans on a call-off as required basis. The Framework Agreement will contain 2 (two) Lots: Lot 1 – General Internal Audit Services and Lot 2 – ICT Internal Audit Services. Full details of requirements are set out in the Specification document (ID 5537870 – Specification).

II.2.5) Award criteria

Quality criterion: AC1 -Methodology and Contingency / Weighting: 48

Quality criterion: AC2 -Personnel Skills and Experience / Weighting: 32

Cost criterion: AC3 - Cost Daily Rate / Weighting: 20

II.2.11) Information about options

Options: Yes

Description of options:

Following the initial term, there are 3 options to extend for any period of up to and including 12 months each.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This is a demand driven Framework, there is no guarantee of work given. The figure indicated in Section II.1.5 represents an estimated value. This value reflects the potential scale and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into accountthe application of indexation. Neither CPD nor the Authority can provide any guarantee as. tothe level of business under this Framework. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmedby the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.

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

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2025/S 000-004219

Section V: Award of contract

Lot No: 1

Contract No: 1

Title: Lot 1 – General Internal Audit Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/05/2025

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Sumer Accountants NI Ltd

Glendinning House

BELFAST

BT1 6DN

UK

E-mail: info@sumerni.co.uk

NUTS: UK

Internet address(es)

URL: https://sumerni.co.uk/contact/

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Deloitte - Main Account MCS/LLP

Hill House

LONDON

EC4A 3JR

UK

E-mail: cpdtenders@deloitte.co.uk

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.3) Name and address of the contractor

ERNST YOUNG LLP

1 More Place

LONDON

SE1 7EU

UK

E-mail: jkilliner@uk.ey.com

NUTS: UK

Internet address(es)

URL: https://www.ey.com/en_uk

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 1 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 2

Title: Lot 2 – ICT Internal Audit Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/05/2025

V.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

ERNST YOUNG LLP

1 More Place

LONDON

SE1 7EU

UK

E-mail: jkilliner@uk.ey.com

NUTS: UK

Internet address(es)

URL: https://www.ey.com/en_uk

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 500 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of three years from the date of issue.. .

VI.4) Procedures for review

VI.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.

Belfast

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.

VI.5) Date of dispatch of this notice

30/05/2025

Coding

Commodity categories

ID Title Parent category
79210000 Accounting and auditing services Accounting, auditing and fiscal services
79200000 Accounting, auditing and fiscal services Business services: law, marketing, consulting, recruitment, printing and security
79212000 Auditing services Accounting and auditing services
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
79212110 Corporate governance rating services Auditing services
79212100 Financial auditing services Auditing services
79212400 Fraud audit services Auditing services
79212200 Internal audit services Auditing services
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:
ssdadmin.cpd@finance-ni.gov.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.