Contract

Analysis and Reconciliation Services

  • East Of England NHS Collaborative Hub

F20: Modification notice

Notice identifier: 2023/S 000-032524

Procurement identifier (OCID): ocds-h6vhtk-041178

Published 3 November 2023, 9:05am



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

Email

corporate.services@eoecph.nhs.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.eoecph.nhs.uk/


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

Email

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

Email

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