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

ID 5537570 - DoF - Provision of Internal Audit Services

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • 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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04dce5
Published by:
Department of Finance
Authority ID:
AA55145
Publication date:
12 March 2025
Deadline date:
10 March 2025
Notice type:
Contract 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 notice

Section I: Contracting authority

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://www.finance-ni.gov.uk/

Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement

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://etendersni.gov.uk/epps


Additional information can be obtained from the abovementioned address


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

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.1.5) Estimated total value

Value excluding VAT: 2 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 2 lots

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

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: 1 500 000.00  GBP

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

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement shall commence on award (expected to be 1 April 2025) and will continue until the end of the Initial Term (31 March 2026), with three options to extend for any period of up to and including 12 months each.

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:

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 account the application of indexation. Neither CPD nor the Authority can provide any guarantee as. to the 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 confirmed by 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

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: 500 000.00  GBP

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

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement shall commence on award (expected to be 1 April 2025) and will continue until the end of the Initial Term (31 March 2026), with three options to extend for any period of up to and including 12 months each.

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:

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 account the application of indexation. Neither CPD nor the Authority can provide any guarantee as to the 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 confirmed by 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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

As per Tender documentation.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

As per Tender documentation.


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

As per Tender documentation.

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: 5

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: 10/03/2025

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

Tender must be valid until: 08/06/2025

IV.2.7) Conditions for opening of tenders

Date: 10/03/2025

Local time: 15:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Contract Monitoring - The successful supplier’s performance on the Framework will be regularly monitored in line with the tender. documentation. Suppliers not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a supplier 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 supplier 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. The Authority expressly reserves the rights: (I). not to award any contract as a result of the procurement process commenced by publication of this notice; (II). to make whatever changes it may see fit to the content and structure of the tendering Competition; (III). to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and (IV). to award contract(s) in stages. In no circumstances will the Authority be liable for any costs incurred by candidates. This project will be used to progress the Government’s wider social, economic and environmental objectives.

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 will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.

VI.5) Date of dispatch of this notice

07/02/2025

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.