Opportunity

National Framework Agreement for Financial Services

  • Countess of Chester Hospital NHS Foundation Trust

F02: Contract notice

Notice reference: 2022/S 000-019319

Published 14 July 2022, 4:11pm



The closing date and time has been changed to:

8 September 2022, 2:00pm

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

UKD - North West (England)

Internet address(es)

Main address

www.coch.nhs.uk

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

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

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

National Framework Agreement for Financial Services

Reference number

F/049/FIN/22/AB

two.1.2) Main CPV code

  • 66000000 - Financial and insurance services

two.1.3) Type of contract

Services

two.1.4) Short description

The Countess of Chester Hospital NHS Foundation Trust's Commercial Procurement Service seeks to introduce a Framework Agreement which will allow UK public sector bodies to procure a range of financial services.

Proposed framework:

Lot 1 – Outsourced Financial Services

Lot 2 – Accounts Payable Review Service

Lot 3 – VAT Review Service

Lot 4 – Total Spend Analysis

Lot 5 – Continuing Healthcare Invoice Validation

Lot 6 – Private Patients Optimisation Service

Lot 7 – Telecommunications Review Service

Tenders may be submitted for one or more Lots.

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

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

Outsourced Financial Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and insurance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 concerns the provision of a managed service for outsourced financial services.

two.2.5) Award criteria

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

two.2.7) 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: Yes

Description of options

The term of this framework agreement will be two years (24 months) from the commencement date with an option to extend twice for a further one year (12 months) on each occasion. The maximum duration of this framework agreement will be four years (48 months).

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

Accounts Payable Review Service

Lot No

2

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and insurance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 concerns the provision of an Accounts Payable Review Service. Suppliers will offer an end to end service to identify and recover savings by interrogating Accounts Payable related transactional information.

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: Yes

two.2.11) Information about options

Options: Yes

Description of options

The term of this framework agreement will be two years (24 months) from the commencement date with an option to extend twice for a further one year (12 months) on each occasion. The maximum duration of this framework agreement will be four years (48 months).

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

VAT Review Service

Lot No

3

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and insurance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 concerns the provision of a VAT Review Service, on either an annual, or ongoing monthly or quarterly basis. Suppliers will identify additional VAT recovery and check over paid/under declared VAT, prior to the annual HMRC deadline, to avoid legitimate VAT recovery being lost.

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: Yes

two.2.11) Information about options

Options: Yes

Description of options

The term of this framework agreement will be two years (24 months) from the commencement date with an option to extend twice for a further one year (12 months) on each occasion. The maximum duration of this framework agreement will be four years (48 months).

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

Total Spend Analysis

Lot No

4

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and insurance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 4 concerns the provision of a Total Spend Analysis service, providing a comprehensive analysis of non-pay spend and analysis of transactions from financial and other systems.

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: Yes

two.2.11) Information about options

Options: Yes

Description of options

The term of this framework agreement will be two years (24 months) from the commencement date with an option to extend twice for a further one year (12 months) on each occasion. The maximum duration of this framework agreement will be four years (48 months).

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

Continuing Healthcare Invoice Validation

Lot No

5

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and insurance services
  • 75122000 - Administrative healthcare services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 5 concerns the provision of a Continuing Healthcare Invoice Validation service, identifying and recovering overcharges and overpayments from Continuing Healthcare (CHC) suppliers.

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: Yes

two.2.11) Information about options

Options: Yes

Description of options

The term of this framework agreement will be two years (24 months) from the commencement date with an option to extend twice for a further one year (12 months) on each occasion. The maximum duration of this framework agreement will be four years (48 months).

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

Private Patients Optimisation Service

Lot No

6

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and insurance services
  • 75122000 - Administrative healthcare services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 6 concerns the provision of a Private Patients Optimisation Service, including data validation, consultancy services, clinical coding support and commercial support to create a robust private patient unit.

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: Yes

two.2.11) Information about options

Options: Yes

Description of options

The term of this framework agreement will be two years (24 months) from the commencement date with an option to extend twice for a further one year (12 months) on each occasion. The maximum duration of this framework agreement will be four years (48 months).

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

Telecommunications Review Service

Lot No

7

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and insurance services
  • 71316000 - Telecommunication consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 7 concerns the provision of a Telecommunications Review Service. Suppliers will review spend on telecommunications in detail and provide advice on implementing new strategies in order to reduce spend, increase value for money on existing contracts and support with the delivery of savings.

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: Yes

two.2.11) Information about options

Options: Yes

Description of options

The term of this framework agreement will be two years (24 months) from the commencement date with an option to extend twice for a further one year (12 months) on each occasion. The maximum duration of this framework agreement will be four years (48 months).

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.1.2) 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.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

18 August 2022

Local time

2:00pm

Changed to:

Date

8 September 2022

Local time

2:00pm

See the change notice.

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

22 August 2022

Local time

9:00am


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 bid for this opportunity

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

opportunities;

2) Select the title of the ITT.

3) Review the ITT, framework agreement specification, prerequisites 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 e-mail 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 ITT. 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 ITT 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