Dudley Group of Hospitals NHS Trust has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Contract for the provision of Internal Audit and Counter Fraud Services to The Dudley Group NHS Foundation Trust |
Notice type: | Contract Notice |
Authority: | Dudley Group of Hospitals NHS Trust |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The provision of comprehensive internal audit and counter fraud services to the Dudley Group NHS Foundation Trust |
Published: | 12/09/2014 12:33 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
The Dudley Group NHS Foundation Trust
Russells Hall Hospital, Pensnett Road, Russells Hall Hospital, Dudley, DY1 2HQ, United Kingdom
Tel. +44 1384244287, Fax. +44 1384244194, Email: david.lewis@dgh.nhs.uk
Contact: David Lewis, Head of Procurement, Procurement Department, Attn: David Lewis, Head of Procurement, Procurement Department
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Other: Central Government Authority
I.3) Main activity:
Health
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Contract for the provision of Internal Audit and Counter Fraud Services to The Dudley Group NHS Foundation Trust
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 9
Region Codes: UKG3 - West Midlands
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:Not Provided
II.1.5)Short description of the contract or purchase:
Auditing services. Internal audit services. Fraud audit services. The provision of comprehensive internal audit and counter fraud services to the Dudley Group NHS Foundation Trust
II.1.6)Common Procurement Vocabulary:
79212000 - Auditing services.
79212200 - Internal audit services.
79212400 - Fraud audit services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The provision of comprehensive internal audit and counter fraud services to all the departments and locations within the Dudley Group NHS Foundation Trust for a 5 year period commencing 1.4.2015
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent Company or other guarantees may be required in certain circumstances. See the Invitation to Tender for further details
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
A Pre-Qualification Questionnaire will be issued after the closing date of this advert to all the organisations who have expressed an interest in the Contract. This questionnaire will detail the information/evidence required from organisations. The information/evidence provided by organisations in their response to the questionnaire will be evaluated against the requirements of the Contract and following this evaluation organisations will be shortlisted for the tender stage of the procurement.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
A Pre-Qualification Questionnaire will be issued after the closing date of this advert to all the organisations who have expressed an interest in the Contract. This questionnaire will detail the information/evidence required from organisations. The information/evidence provided by organisations in their response to the questionnaire will be evaluated against the requirements of the Contract and following this evaluation organisations will be shortlisted for the tender stage of the procurement.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
A Pre-Qualification Questionnaire will be issued after the closing date of this advert to all the organisations who have expressed an interest in the Contract. This questionnaire will detail the information/evidence required from organisations. The information/evidence provided by organisations in their response to the questionnaire will be evaluated against the requirements of the Contract and following this evaluation organisations will be shortlisted for the tender stage of the procurement.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Yes
If yes, reference to relevant law, regulation or administrative provision:
Must comply with the requirements of the UK Public Sector Internal Audit Standards
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 5 and maximum number: 8
Objective Criteria for choosing the limited number of candidates:
Organisations will be shortlisted on the basis of the criteria referred to in Section III above
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Q005363
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 15/10/2014
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Yes
Estimated timing for further notices to be published: 5 years
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=112722732
GO-2014912-PRO-5999679 TKR-2014912-PRO-5999678
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 12/09/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Dudley: Auditing services.
I.1)Name, Addresses and Contact Point(s):
The Dudley Group NHS Foundation Trust
Russells Hall Hospital, Pensnett Road, Russells Hall Hospital, Dudley, DY1 2HQ, United Kingdom
Tel. +44 1384244287, Fax. +44 1384244194, Email: david.lewis@dgh.nhs.uk
Contact: David Lewis, Head of Procurement, Procurement Department, Attn: David Lewis, Head of Procurement, Procurement Department
I.2)Type of the contracting authority:
Other: Central Government Authority
I.3) Main activity:
Health
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Contract for the provision of Internal Audit and Counter Fraud Services to The Dudley Group NHS Foundation Trust
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 9
Region Codes: UKG3 - West Midlands
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Auditing services. Internal audit services. Fraud audit services. The provision of comprehensive internal audit and counter fraud services to the Dudley Group NHS Foundation Trust
II.1.5)Common procurement vocabulary:
79212000 - Auditing services.
79212200 - Internal audit services.
79212400 - Fraud audit services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Technical Evaluation - 40
Implementation and Ongoing Contract Delivery - 30
5 Year Contract Price - 30
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Q005363
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Q005363
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: 4
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Baker Tilly Risk Advisory Services LLP
Postal address: Unit 3, Hollinswood Court, Stafford Park 1
Town: Telford
Postal code: TF3 3DE
Country: United Kingdom
Telephone: +44 01952237700
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
2: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 05/03/2015
V.2) Information About Offers
Number Of Offers Received: 4
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Baker Tilly Risk Advisory Services LLP
Postal address: St Philips Point, Temple Row
Town: Birmingham
Postal code: B2 5AF
Country: United Kingdom
Telephone: +44 01212143100
Fax: +44 01212143101
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=139900923
GO-201548-PRO-6507318 TKR-201548-PRO-6507317
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 08/04/2015