Dudley Group of Hospitals NHS Trust : Contract for the provision of Internal Audit and Counter Fraud Services to The Dudley Group NHS Foundation Trust

  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

UK-Dudley: Auditing services.

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

UK-Dudley: Auditing services.

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