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

Internal and External Audit, Counter Fraud and Financial Assurance Services

  • First published: 05 March 2020
  • Last modified: 05 March 2020

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:
NHS Shared Business Services Ltd (NHS SBS)
Authority ID:
AA0106
Publication date:
05 March 2020
Deadline date:
06 April 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1: Provision of external audit services

The core objective of the external audit service is to provide an independent audit opinion on the accounts and annual financial statements and, where relevant, report on the adequacy of arrangements to secure economy, efficiency and effectiveness in an entity’s use of resources.

An auditor’s main responsibility is to provide and produce an audit report as required by legislation and when needed a report on particular matters arising from the audit.

The audit service should be proactive to deal with any necessary changes in accounting or legislative requirements.

The tenderer’s response must comply with all the stated requirements within the specification or clearly identify any points of non-compliance.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Shared Business Services Ltd (NHS SBS)

05280446

Halyard Court, Chandlers Point, 31 Broadway

Salford

M50 2UW

UK

Contact person: Maria Amariei

Telephone: +44 1612123735

E-mail: maria_amariei@nhs.net

NUTS: UK

Internet address(es)

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

Address of the buyer profile: https://nhssbs.eu-supply.com/ctm/Company/CompanyInformation/Index/39

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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=32354&B=NHSSBS


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=32354&B=NHSSBS


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


I.4) Type of the contracting authority

Other: Joint Venture between the Department of Health and Sopra Steria

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Internal and External Audit, Counter Fraud and Financial Assurance Services

Reference number: SBS/20/MA/ZY/10024

II.1.2) Main CPV code

79212000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS Shared Business Services (NHS SBS) wishes to establish an internal and external audit, counter fraud and financial assurance services framework agreement for use by or on behalf of NHS SBS approved organisations. The objective of this framework agreement is to implement a contractual vehicle for NHS SBS approved organisations that are part of the NHS and wider public sector to facilitate the procurement of internal and external audit, counter fraud and financial assurance. The tender will be structured in to the following lots:

Lot 1: Provision of External Audit Services;

Lot 2: Provision of Internal Audit Services;

Lot 3: Provision of Counter Fraud Services;

Lot 4: Well Led Governance Review;

Lot 5: Audit and Governance Ancillary Services.

II.1.5) Estimated total value

Value excluding VAT: 100 000 000.00  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: 1

II.2.1) Title

Provision of External Audit Services

II.2.2) Additional CPV code(s)

72225000

79200000

79210000

79212100

79212110

79212200

79212300

79212400

79212500

79313000

90711100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW

II.2.4) Description of the procurement

Lot 1: Provision of external audit services

The core objective of the external audit service is to provide an independent audit opinion on the accounts and annual financial statements and, where relevant, report on the adequacy of arrangements to secure economy, efficiency and effectiveness in an entity’s use of resources.

An auditor’s main responsibility is to provide and produce an audit report as required by legislation and when needed a report on particular matters arising from the audit.

The audit service should be proactive to deal with any necessary changes in accounting or legislative requirements.

The tenderer’s response must comply with all the stated requirements within the specification or clearly identify any points of non-compliance.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Provision of Internal Audit Services

II.2.2) Additional CPV code(s)

79212000

79200000

79210000

79212100

79212200

79212300

79212400

79212500

79313000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW.

II.2.4) Description of the procurement

Lot 2: Provision of internal audit services

The Internal audit activity will evaluate and contribute to the improvement of governance, risk management and control processes. It will objectively examine, evaluate and report on the adequacy of Internal control systems and value for money procedures.

The successful bidder will provide an independent audit that provides added value and ultimately improve an organisation’s operations by examining risk management, control and governance.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Provision of Counter Fraud Services

II.2.2) Additional CPV code(s)

79212000

79200000

79210000

79212100

79212200

79212300

79212400

79212500

79313000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW.

II.2.4) Description of the procurement

Lot 3: Provision of counter fraud services

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.

Counter fraud services delivered to NHS organisations should adhere to the service delivery specification and reporting requirements identified by the NHS Counter Fraud Authority (NHSCFA). Framework providers, who wish to deliver services to NHS organisations, will need to achieve, as a minimum, service delivery and standards and reporting requirements set by the NHSCFA.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Well Led Governance Review

II.2.2) Additional CPV code(s)

79212000

79200000

79210000

79212100

79212200

79212300

79212400

79212500

79313000

90711100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW

II.2.4) Description of the procurement

Lot 4: Well Led Governance Review

This Governance Review has been issued by NHS Improvement and is aligned with the characteristics of a well-led organisation, as defined by the Care Quality Commission (CQC) and NHS Improvement. It intends to provide contracting authorities with a structured reference for external reviews of their governance and culture.

In providing the well led governance review service to the relevant contracting authority the service providers will be required to comply with applicable recommendations and guidance issued by the NHS improvement and the care quality commission.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Audit and Governance Ancillary Services

II.2.2) Additional CPV code(s)

79212000

79200000

79210000

79212100

79212200

79212300

79212400

79212500

79313000

79212110

90711100

72225000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW

II.2.4) Description of the procurement

Lot 5: Audit and governance ancillary services.

Multidisciplinary advisory services cover a broad range of services and it is anticipated that this lot will be used for general financial assurance and advisory work.

In addition where the scope of work is particularly wide ranging and broad in nature and the scope of service does not fall under any of the other lots.

Providers will only be awarded onto lot 5 – audit and governance ancillary services if they are successfully awarded onto at least one other lot.

The service providers awarded under this lot will have the obligation to perform their services in compliance with up to date relevant legislation, standards and directives as may be amended from time to time by the relevant authorities (i.e international framework for assurance engagements).

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Please refer to procurement documents.

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.

Envisaged maximum number of participants to the framework agreement: 100

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:

2019/S 215-527643

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

Date: 06/04/2020

Local time: 15:00

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: 06/04/2020

Local time: 15:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The duration referenced in Section II.2.7) is for the placing of orders.

The value provided in Section II.1.5) is only an estimate. We cannot guarantee to successful suppliers any business through this framework agreement. Spend and volumes may vary throughout the life of the framework agreement from the anticipated levels given in this notice.

The framework will be for the benefit, and on behalf, of public sector bodies, details of such bodies can be accessed at: https://www.sbs.nhs.uk/proc-framework-agreements-support

In addition, if provided for in the contract documents, NHS SBS may extend the scope and benefit of the framework agreement to private sector bodies, subject to the approval of NHS SBS. Whilst NHS SBS is not required by procurement legislation to do so, it has extended the principles of public procurement rules to provide its private sector customers with the best value and open and transparent procurement procedures.

The envisaged maximum number of participants to the framework agreement, stated in IV.1.3) is an estimate and is subject to change.

VI.4) Procedures for review

VI.4.1) Review body

NHS Shared Business Services

Halyard Court, 31 Broadway

Salford

M50 2UW

UK

Telephone: +44 1612123721

E-mail: maria_amariei@nhs.net

Internet address(es)

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

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such information should be requested from NHSSBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.

VI.5) Date of dispatch of this notice

02/03/2020

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
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
79313000 Performance review services Market research services
90711100 Risk or hazard assessment other than for construction Environmental impact assessment other than for construction
79212300 Statutory audit services Auditing services
72225000 System quality assurance assessment and review services Systems and technical consultancy 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:
maria_amariei@nhs.net
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.