Section one: Contracting authority
one.1) Name and addresses
East Of England NHS Collaborative Hub c/o West Suffolk NHS Foundation Trust
Victoria House, Capital Park
Fulbourn
CB21 5XB
Contact
Corporate Service
corporate.services@eoecph.nhs.uk
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
Buyer's address
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://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
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
Statutory Audit and Multi-Specialty Audit & Advisory Consultancy Services
two.1.2) Main CPV code
- 79200000 - Accounting, auditing and fiscal services
two.1.3) Type of contract
Services
two.1.4) Short description
East of England NHS Collaborative Procurement Hub on behalf of NHS Procurement in
Partnership (Comprising of East of England NHS Collaborative Procurement hub, NHS
Commercial Solutions, NHS London Procurement partnership and NHS North of England
Commercial Procurement Collaborative) is seeking to award a framework for Statutory Audit
and Multi-Specialty Audit & Advisory Consultancy Services
two.1.5) Estimated total value
Value excluding VAT: £60,000,000
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 1 - Statutory Audit / External Audit
Lot No
1
two.2.2) Additional CPV code(s)
- 79200000 - Accounting, auditing and fiscal services
- 79210000 - Accounting and auditing services
- 79212100 - Financial auditing services
- 79212000 - Auditing services
- 79212300 - Statutory audit services
- 79212500 - Accounting review services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
II.2.4) Description of the procurement
External Audit is an essential part of the process of accountability for public money. In the
public sector auditors give an independent opinion on public bodies’ financial statements
and may review, and report on all aspects of the arrangements put in place by public bodies
to ensure the proper conduct of their financial affairs, and to manage their performance and
use of resources.
The External Audit programme offered by the framework will be consistent with the
‘principles of public audit’ as defined by the Public Audit Forum.
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: Yes
Description of options
Initial term of 24 month with an option to extend for a further 2 x 12 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
Lot 2 - Counter Fraud
Lot No
2
two.2.2) Additional CPV code(s)
- 79200000 - Accounting, auditing and fiscal services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212400 - Fraud audit services
- 79210000 - Accounting and auditing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
All Publicly funded Contracting Bodies require high quality Counter Fraud Services, which meet the service delivery and reporting requirements specifically relevant to their
organisation,.
The Counter Fraud Programme available against the framework captures both a preventative and reactive focus for investigations.
The Counter Fraud Programme must identify and minimise the potential for fraud and corruption in accordance with any guidance applicable to the Contracting Authority.
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: Yes
Description of options
Initial term of 24 month with an option to extend for a further 2 x 12 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
Lot 3 - Internal Audit
Lot No
3
two.2.2) Additional CPV code(s)
- 79200000 - Accounting, auditing and fiscal services
- 79212300 - Statutory audit services
- 79212500 - Accounting review services
- 79212100 - Financial auditing services
- 79212200 - Internal audit services
- 79210000 - Accounting and auditing services
- 79212000 - Auditing services
- 79212400 - Fraud audit services
- 79200000 - Accounting, auditing and fiscal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Provider will be expected to provide a full Internal Audit Service, undertaking systems based audits where feasible. The main responsibility of that service will be to provide the Board (through its Audit Committee) with assessments of the effectiveness of the Contracting Authority's system of internal control which can be relied on by External Auditors for their Annual Governance Statement.
The Internal Auditors will report to the Director of Finance and Performance but will also have direct access to the Audit Committee. It is recognised that an effective control system reduces the likelihood that errors or irregularities will occur and remain undetected;
however, it does not eliminate that possibility. It is also recognised that the Provider's work does not guarantee that errors or irregularities will not occur and may not detect errors or irregularities which do occur.
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: Yes
Description of options
Initial term of 24 month with an option to extend for a further 2 x 12 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
Lot 4 - Assurance Reviews
Lot No
4
two.2.2) Additional CPV code(s)
- 79200000 - Accounting, auditing and fiscal services
- 79212100 - Financial auditing services
- 79212000 - Auditing services
- 79210000 - Accounting and auditing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Assurance Review services provided should include but is not limited to, continuous and reliable assurance on organisational stewardship and the management of the major risks to organisational success, and delivery of improved, cost effective, public services. Assurance will cover looking at quality control mechanisms, employee feedback, information technology systems, and organisational behaviour.
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: Yes
Description of options
Initial term of 24 month with an option to extend for a further 2 x 12 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
Lot 5 - Digital and IM&T Audit
Lot No
5
two.2.2) Additional CPV code(s)
- 72810000 - Computer audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Supplier will be expected to provide a full Digital and IM&T Audit Service to determine the effectiveness of the Contracting Authorities internal systems. This includes applying IT audit and data enabled techniques, evaluating and testing controls within and associated with information systems relevant to reporting and providing expert advice and support for other digital matters.
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: Yes
Description of options
Initial term of 24 month with an option to extend for a further 2 x 12 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
Lot 6 - Security Managment
Lot No
6
two.2.2) Additional CPV code(s)
- 66171000 - Financial consultancy services
- 79212000 - Auditing services
- 79700000 - Investigation and security services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The role of the LSMS is to implement at a local level, the national policy for Security Management, and to work proactively and reactively with the NHS contracting authorities accessing these services.
Providers will be required to assist with the development and implementation of services as well as assisting trusts review their security strategies to ensure that staff and patients along with trust and personal assets are protected as far as is reasonably practicable, allowing the trust to focus on providing and delivering high quality healthcare.
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: Yes
Description of options
Initial term of 24 month with an option to extend for a further 2 x 12 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
Lot 7 - Multi-Audit & Specialist Service
Lot No
All Lots
two.2.2) Additional CPV code(s)
- 79200000 - Accounting, auditing and fiscal services
- 79212100 - Financial auditing services
- 79212000 - Auditing services
- 79212300 - Statutory audit services
- 79212400 - Fraud audit services
- 79212200 - Internal audit services
- 79210000 - Accounting and auditing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 7 is a locked Lot and will not be evaluated; it is intended that inclusion to this Lot will only be available to those Providers awarded to the Framework in Lots 2-6.
Multi-Audit & Specialist services can either supplement the Lot or Lots a provider has been awarded to, complimenting services detailed against the Lot, or alternatively they can be stand alone to provide independent review and scrutiny for governance requirements applicable to the wider Audit environment, or services and advice which ties back to the wider requirements of the Trust.
Multi-Audit & Specialist Service requirements may change during the life of the Framework; from changes in requirements from legislation, or individual Trust needs, staff turnover and organisational transition etc.
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: Yes
Description of options
Initial term of 24 month with an option to extend for a further 2 x 12 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.1.8) 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
28 September 2023
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: 48 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 August 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NHS PiP member bodies as listed at the below websites and any additional new NHS PiP members including wholly owned companies and subsidiaries may utilise this framework during the contract term.
http://noecpc.nhs.uk/current-members
https://www.commercialsolutions-sec.nhs.uk/
https://www.lpp.nhs.uk/
https://www.eoecph.nhs.uk/
In addition to the NHS PIP Members this Framework Agreement is for use by Contracting
Authorities in the United Kingdom (England, Scotland, Wales, and Northern Ireland), British
Overseas Territories, and Crown Dependencies that exist on [insert date of tender issue] and
which fall into one or more of the following categories:
1. Any of the following:
(a) Ministerial government departments;
(b) Non ministerial government departments;
(c) Executive agencies of government;
(d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs,
and tribunal NDPBs;
(e) Assembly Sponsored Public Bodies (ASPBs);
(f) Police forces;
(g) Fire and rescue services;
(h) Ambulance services;
(i) Maritime and coastguard agency services;
(j) NHS bodies;
(k) Educational bodies or establishments including state schools (nursery schools, primary
schools, middle or high schools, secondary schools, special schools), academies, colleges,
Pupil Referral Unit (PRU), further education colleges and universities;
(l) Hospices;
(m) National Parks;
(n) Housing associations, including registered social landlords;
(o) Third sector and charities;
(p) Citizens advice bodies;
(q) Councils, including county councils, district councils, county borough councils,
community councils, London borough councils, unitary councils, metropolitan councils,
Page 17 to 18
parish councils;
(r) Public corporations;
(s) Public financial bodies or institutions;
(t) Public pension funds;
(u) Central banks;
(v) Civil service bodies, including public sector buying organisations;
(w) Local Authorities;
(x) Social Enterprises;
(y) Independent health advisory organisations working in conjunction with or on behalf of the
Public Sector
(z) GP’s and GP Federations working in conjunction with or on behalf of the Public Sector
2. Those listed and maintained by the Government on their website at
https://www.gov.uk/government/organisations or any replacement or updated web-link.
3. Those listed and maintained by the Office of National Statistics (ONS) at Public sector
classification guide and forward work plan - Office for National Statistics (ons.gov.uk) or any
replacement or updated web-link.
4. Those bodies in England, Scotland, Wales or Northern Ireland which are within the scope
of the definition of “Contracting Authority” in regulation 2(1) of the Public Contracts
Regulations 2015 (PCR) and/or Schedule 1 PCR.
5. Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM
Government Departments and Cabinet Office, including but not limited to: Department of
Health & Social Care, as listed at: https://www.gov.im/about-the-government/departments
or any replacement or updated web-link.
six.4) Procedures for review
six.4.1) Review body
NHS Litigation Authority
8th Floor, 10 South Colonnade, Canary Wharf
London
E14 4PU
Country
United Kingdom