Tender

Audit and Assurance Services Dynamic Purchasing System

  • Countess of Chester Hospital NHS Foundation Trust
  • The eligible users of the proposed dynamic purchasing system are available for unrestricted and full direct access, free of charge, at: www.nhssourcing.co.uk

F02: Contract notice

Notice identifier: 2021/S 000-002416

Procurement identifier (OCID): ocds-h6vhtk-0290d7

Published 5 February 2021, 10:56pm



The closing date and time has been changed to:

23 February 2029 - no time specified

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Countess of Chester Hospital NHS Foundation Trust

Liverpool Road

Chester

CH2 1UL

Email

info@coch-cps.co.uk

Country

United Kingdom

NUTS code

UKD63 - Cheshire West and Chester

Internet address(es)

Main address

https://www.coch.nhs.uk/

one.1) Name and addresses

The eligible users of the proposed dynamic purchasing system are available for unrestricted and full direct access, free of charge, at: www.nhssourcing.co.uk

UK

Email

info@coch-cps.co.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

www.nhssourcing.co.uk

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

www.nhssourcing.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.nhssourcing.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Audit and Assurance Services Dynamic Purchasing System

Reference number

DPS/07/AUD/20/IB

two.1.2) Main CPV code

  • 79200000 - Accounting, auditing and fiscal services

two.1.3) Type of contract

Services

two.1.4) Short description

The proposed DPS will include all forms of independent audit for UK public sector bodies, including statutory external audit requirements.

Also in scope are are governance requirements including counter-fraud services and other independent assurance such as:

• Assurance over non-financial information including but not limited to strategy, risk and corporate governance

• Assurance over KPIs including but not limited to environmental reporting, sustainability reporting and workforce reporting

• Compliance monitoring and risk management

• Grant funding assurance including but not limited to programme reviews and impact assessments

• Service auditor reports including but not limited to ISAE 3402 standards

• Special purpose reviews and investigations

• Tax compliance

• Third party risk management including supply chain assurance

• Well led governance reviews

• Workforce audit services including but not limited to temporary, fixed term or permanent staffing (clinical and non-clinical)

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

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

Lot No

Lot 1 Internal audit & assurance

two.2.2) Additional CPV code(s)

  • 79212200 - Internal audit services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Lot 1 Core Services

• Advice on governance, risk management and controls including but not limited to

o IT

o Finance

o Human resources; and

o Facilities management

• Benchmarking and quality assurance review of internal audit performance including external quality assessment

• Development of internal audit strategy and/or methodologies

• Outsourced, co-sourced or one-off internal audit services

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,000,000

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: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot No

Lot 2 External audit

two.2.2) Additional CPV code(s)

  • 79212000 - Auditing services
  • 79212300 - Statutory audit services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Lot 2 Core Services

• External statutory audit to provide an independent assessment of financial statements

• Advice on financial statements and related documents

• Grant audits and certification

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,000,000

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: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot No

Lot 3 Counter-fraud & investigation

two.2.2) Additional CPV code(s)

  • 79212400 - Fraud audit 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 Core Services

• Advice and/or assessment of:

o fraud awareness training and/or changes to legislation

o fraud risk plan and/or support in improving risk management

o fraud prevention and detection strategy

o whistleblowing policies and procedures

o approach to proactive testing in high risk areas

• Fraud risk assessment and fraud maturity matrix

• Use of technology including but not limited to data analytics to support the delivery of proactive counter-fraud services including fraud detection

• Counter-fraud investigation

Optional non-core Services in addition to the Core Services:

• Corporate intelligence techniques

• Financial irregularity investigations

• Investigation of non-financial irregularities incl. regulatory breaches & misconduct

• Investigation of suspected fraud, bribery or corruption

• Investigation of whistleblower allegations and tip offs

• Forensic extraction and review of structured and unstructured digital evidence

• Support to deliver criminal investigations in counter-fraud including capability to conduct interviews that are compliant with police & criminal evidence legislation

• Expert witness services

• Use of data analytical technology tools and techniques to investigate fraud

• Upskilling of new technology and techniques of fraud detection

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,000,000

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: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot No

Lot 4 Other independent assurance

two.2.2) Additional CPV code(s)

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Lot 4 Core Services

• Assurance over non-financial information including but not limited to strategy, risk and corporate governance

• Assurance over KPIs including but not limited to environmental reporting, sustainability reporting and workforce reporting

• Compliance monitoring and risk management

• Grant funding assurance including but not limited to programme reviews and impact assessments

• Service auditor reports including but not limited to ISAE 3402 standards

• Special purpose reviews and investigations

• Tax compliance

• Third party risk management including supply chain assurance

• Well led governance reviews

• Workforce audit services including but not limited to temporary, fixed term or permanent staffing (clinical and non-clinical)

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,000,000

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: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: 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

Selection criteria as stated in the 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

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

Electronic auctions may be used in further competitions.

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

Originally published as:

Date

8 March 2021

Local time

11:59pm

Changed to:

Date

23 February 2029

See the change notice.

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

How to express interest and apply to this DPS:

1) browse to the esourcing portal https://www.nhssourcing.co.uk and click on view current opportunities.

2) select the title of the DPS.

3) review the Introduction and instructions, outline specification, pre-requisites and list of eligible users (you may do this without registering).

4) register your organisation on the eSourcing portal (this is only required once).

5) accept the portal terms and conditions and click ‘continue’, enter your organisation and user details; note the username you chose and click ‘Save’ when complete.

You will shortly receive an email with your unique password (please keep this secure).

6) login to the portal with the username/password.

7) click the ‘PQQs/ITTs Open To All Suppliers’ link. (These are pre-qualification questionnaires or invitations to tender open to any registered supplier).

8) click on the relevant PQQ/ITT to access the content.

9) click the ‘Express Interest’ button at the top of the page. This will move the PQQ/ITT into your ‘My PQQs/My ITTs’ page. (This is a secure area reserved for your projects only). You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ITT Details’ box.

10) Responding to the PQQ. Click ‘My Response’ under ‘PQQ/ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining).

You can now use the messages function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the on-screen instructions to complete the PQQ. There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom