Tender

Audit Services for Health (SBS10517)

  • N H S Shared Business Services

F02: Contract notice

Notice identifier: 2025/S 000-000151

Procurement identifier (OCID): ocds-h6vhtk-04698b

Published 6 January 2025, 10:14am



Section one: Contracting authority

one.1) Name and addresses

N H S Shared Business Services

Three Cherry Tree Lane

Hemel Hempstead

HP2 7AH

Email

nsbs.categorymanagementsourcing@nhs.net

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

05280446

Internet address(es)

Main address

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

one.3) Communication

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

https://discovery.ariba.com/rfx/21529600

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://discovery.ariba.com/rfx/21529600

one.4) Type of the contracting authority

Other type

Public Sector Framework Provider https://www.sbs.nhs.uk/nhs-sbs-about-us

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Audit Services for Health (SBS10517)

Reference number

SBS10517

two.1.2) Main CPV code

  • 79200000 - Accounting, auditing and fiscal services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Shared Business Services act in an Agency capacity for and on behalf of its customers (Approved Organisations) - existing and new. These comprise of NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) along with any other public or private sector bodies which NHS SBS authorises to use the resulting Framework

NHS Shared Business Services Limited (NHS SBS) intends to put in place a Framework Agreement for the provision of Audit Services for Health and related Goods and Services for Healthcare to be used by NHS SBS Approved Organisations.

Our Approved Organisation list can be found on: https://www.sbs.nhs.uk/services/framework-agreements-categories/

The Framework will be structured using the following Lots;

Lot 1 - External Audit Services

Lot 2 - Internal Audit Services

Lot 3 - Counter Fraud Services

Lot 4 - Well-Led Governance Reviews

Lot 5 - Audit Ancillary Services

Lot 6 - Independent Workplace Investigations

We are committed to working with suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these elements in the tender.

two.1.5) Estimated total value

Value excluding VAT: £150,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Provision of External Audit Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 79210000 - Accounting and auditing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 - External Audit Services

Provides an independent, effective, professional, and proactive audit of the accounts and annual financial reports.

Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement

There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.

Where the Bidder does not score a minimum of 60% in total (AQ, SV and Price combined) the Authority shall exclude the submission from being appointed to the framework.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Provision of Internal Audit Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 79210000 - Accounting and auditing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 - Internal Audit Services

Evaluate and contribute to the improvement of governance, risk management and control processes. Examine, evaluate, and report objectively on the adequacy of internal control systems and value for money objectives.

Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement

There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.

Where the Bidder does not score a minimum of 60% in total (AQ, SV and Price combined) the Authority shall exclude the submission from being appointed to the framework.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Provision of Counter Fraud Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 79212100 - Financial auditing services
  • 79212110 - Corporate governance rating services
  • 79212400 - Fraud audit services
  • 79212500 - Accounting review services
  • 79313000 - Performance review services
  • 79700000 - Investigation and security services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 - Counter Fraud Services

Providers on this lot offer the service delivery, standards and reporting requirements for the NHS set by the NHS Counter Fraud Authority (NHSCFA). Counter Fraud Services that are delivered to Approved Organisations for public sector organisations should adhere to the Government Functional Standard GovS 013: Counter Fraud and the Public Sector Fraud Authority (PSFA) Mandate.

Providers should record all reports of suspected fraud, bribery and corruption to inform national intelligence and to support and progress the investigation of fraud, bribery and corruption allegations.

Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement

There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.

Where the Bidder does not score a minimum of 60% in total (AQ, SV and Price combined) the Authority shall exclude the submission from being appointed to the framework.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Provision of Well Led Governance Review

Lot No

4

two.2.2) Additional CPV code(s)

  • 79212000 - Auditing services
  • 79313000 - Performance review services
  • 79700000 - Investigation and security services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 4 - Well Led Governance Review Services

A structured reference for external reviews of the contracting authority's governance and culture. It supports the contracting authority in maintaining and developing the effectiveness of their governance arrangements.

Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement

There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.

Where the Bidder does not score a minimum of 60% in total (AQ, SV and Price combined) the Authority shall exclude the submission from being appointed to the framework.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Provision of Audit & Governance Ancillary Services

Lot No

5

two.2.2) Additional CPV code(s)

  • 79212000 - Auditing services
  • 79313000 - Performance review services
  • 79700000 - Investigation and security services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 5 - Audit and Governance Ancillary Services

This lot is applicable where the scope of work/service is wide ranging and broad in nature and does not fall directly under any of the other lots. It may include, but is not limited to: IT assurance, financial assurance, due diligence reviews, data analysis, bribery act and counter fraud training, support in developing governance arrangements, financial account checks, and reviews on invoicing.

Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement

There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.

Where the Bidder does not score a minimum of 60% in total (AQ, SV and Price combined) the Authority shall exclude the submission from being appointed to the framework.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Provision of Independent Workplace Investigations

Lot No

6

two.2.2) Additional CPV code(s)

  • 79313000 - Performance review services
  • 79414000 - Human resources management consultancy services
  • 79700000 - Investigation and security services
  • 90711100 - Risk or hazard assessment other than for construction

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 6 - Independent Workplace Investigations

Intended to capture the needs of customers who have requirements in relation to conflict resolution and investigation services in both workforce management and inquiries. This could be in relation to disciplinary allegations, employee grievances, bullying and harassment, allegations of discrimination, whistleblowing and mediation.

Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement

There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.

Where the Bidder does not score a minimum of 60% in total (AQ, SV and Price combined) the Authority shall exclude the submission from being appointed to the framework.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-016124

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

Date

28 February 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 February 2025

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The value provided in 2.6 is only an estimate NHS SBS 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.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice

London

WC1A 2LL

Country

United Kingdom