Section one: Contracting authority/entity
one.1) Name and addresses
East Of England NHS Collaborative Hub
Victoria House Capital Park
Fulbourn
CB21 5XB
Contact
Corporate Service
corporate.services@eoecph.nhs.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Analysis and Reconciliation Services
Reference number
Project 18941 ITT 1946
two.1.2) Main CPV code
- 79200000 - Accounting, auditing and fiscal services
two.1.3) Type of contract
Services
two.2) Description
two.2.1) Title
Analysis and Reconciliation Services
Lot No
All Lots
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement at the time of conclusion of the contract:
EOECPH as the Purchasing Authority wishes to establish a multi-Supplier Framework Agreement for the supply of Analysis and Reconciliation Services (A&R). The Authority is managing this procurement process in accordance with the Public Contracts Regulations 2015 (the "Regulations"). This is a Services Framework Agreement being procured under an open procedure.
The general service requirements to be offered by bidders is to provide regressive Audit Services, spend recovery and related services including but not limited to the analysis of accounts payable systems, contracts or other data set as requested by a Contracting Authority
It is intended that Providers awarded to this Framework will support publicly funded entities meet requirements set against them in pursuit of their day to day activities. Providers awarded to the framework will assist the Framework Beneficiaries manage and meet obligations and other pressures which impact and have relevance to publicly funded organisations.
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
48
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 four. Procedure
four.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2019/S 239-586725
Section five. Award of contract/concession
Contract No
2019/S 239-586725
Lot No
All Lots
Title
Analysis and Reconciliation Services
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
1 March 2020
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor/concessionaire
Various Providers as per F03 Notice
Ful
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
Yes
five.2.3) Name and address of the contractor/concessionaire
Various Providers as per F03 Notice
Fulbourn
corporate.services@eoecph.nhs.uk
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £16,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
East of England NHS collaborative Procurement Hub
Victoria House Capital Park
Fulbourn
CB21 5XB
corporate.services@eoecph.nhs.uk
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 79200000 - Accounting, auditing and fiscal services
seven.1.3) Place of performance
NUTS code
- UK - United Kingdom
seven.1.4) Description of the procurement:
Providers will: Perform reviews in a staged approach as described below: - agree with contracting authority area(s) for review, - agree the assignment timescales with the contracting authority, - carry out review and identify any anomalies in supplier charges, payments or agreements which have resulted in the contracting authority having missed, miscalculated, overpaid or being overcharged by a supplier. Potential providers will carry out an analysis of: PSTN lines, call plans, MPLS/ethernet, leased line services, maintenance charges, mobile/voice data. Potential providers will: - report findings, overcharges and undercharges to the contracting authority for authorisation to proceed with presenting findings to the suppliers,- present findings and supporting documentation or evidence to the suppliers, - give regular updates to the contracting authorities on progress of resolution to identified findings, - agree in principal with the contracting authority any recovery and repayment from the supplier and or other alternative method of recovery. Seek authorisation from the contracting authorities for method of recovery Effect recovery from the supplier.
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
60
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£20,000,000
seven.1.7) Name and address of the contractor/concessionaire
Various Providers as per F03 notice
Fulbourn
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
Yes
seven.1.7) Name and address of the contractor/concessionaire
Various Providers as per F03 notice
Fulbourn
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
Yes
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
An extension of 12 months and an increase to the contract value.
seven.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
Exceptional bidder response and activity on other procurement processes, reported via Bravo and FTS, has necessitated recalculation of process dates. This coupled with membership project work and ongoing staff recruitment has resulted in an unforeseen capacity issue, with the outcome that demand for existing and planned activity requiring suitably experienced procurement resource cannot be met.
To ensure ongoing availability of analysis and reconciliation services it has been deemed appropriate to apply a 12-month extension period and an increase in the original value, allowing continued service provision, whilst the ongoing procurement timeline for these services is remodelled.
Notice and update to the marketplace has been made available via C169282 ( https://health-family.force.com/s/Welcome) the registration used for pre-procurement engagement activity. Further notice and information will be provided as soon as possible against C216259 for the tender process.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £16,000,000
Total contract value after the modifications
Value excluding VAT: £20,000,000