Tender

ID 5537570 - DoF - Provision of Internal Audit Services

  • Department of Finance

F02: Contract notice

Notice identifier: 2025/S 000-004219

Procurement identifier (OCID): ocds-h6vhtk-04dce5

Published 7 February 2025, 3:36pm



Section one: Contracting authority

one.1) Name and addresses

Department of Finance

303 Airport Road West

BELFAST

BT3 9ED

Email

ssdadmin.cpd@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

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

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

one.2) Information about 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

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 5537570 - DoF - Provision of Internal Audit Services

Reference number

ID 5537570

two.1.2) Main CPV code

  • 79212000 - Auditing services

two.1.3) Type of contract

Services

two.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).

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 maximum number of lots
2

two.2) Description

two.2.1) Title

Lot 1 – General Internal Audit Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 79212200 - Internal audit services
  • 79212300 - Statutory audit services
  • 79212400 - Fraud audit services
  • 79200000 - Accounting, auditing and fiscal services
  • 79210000 - Accounting and auditing services
  • 79212100 - Financial auditing services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79212110 - Corporate governance rating services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.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).

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: £1,500,000

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.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.

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.2.14) 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.

two.2) Description

two.2.1) Title

Lot 2 – ICT Internal Audit Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 79212200 - Internal audit services
  • 79212300 - Statutory audit services
  • 79212400 - Fraud audit services
  • 79200000 - Accounting, auditing and fiscal services
  • 79210000 - Accounting and auditing services
  • 79212100 - Financial auditing services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79212110 - Corporate governance rating services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.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).

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: £500,000

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.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.

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.2.14) 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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

As per Tender documentation.

three.1.3) Technical and professional ability

List and brief description of selection criteria

As per Tender documentation.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

As per Tender documentation.


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

Envisaged maximum number of participants to the framework agreement: 5

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

Date

10 March 2025

Local time

3:00pm

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

Tender must be valid until: 8 June 2025

four.2.7) Conditions for opening of tenders

Date

10 March 2025

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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.

six.4) Procedures for review

six.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

Country

United Kingdom

six.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.