South Essex Partnership University NHS Foundation Trust has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Internal Audit and Counter Fraud Services for an NHS Foundation Trust |
Notice type: | Contract Notice |
Authority: | South Essex Partnership University NHS Foundation Trust |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The provision of an Internal Audit and Counter Fraud Service to an NHS Foundation Trust |
Published: | 10/07/2015 12:04 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
South Essex Partnership University NHS Foundation Trust
Thurrock Commuity Hospital, Long Lane, Grays, RM16 2PX, United Kingdom
Email: john.harmer@sept.nhs.uk
Contact: Contracts Department, Attn: John Harmer
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:
Body governed by public law
I.3) Main activity:
General Public Services
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: Internal Audit and Counter Fraud Services for an 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: UKH3 - Essex
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Internal audit services. The provision of an Internal Audit and Counter Fraud Service to an NHS Foundation Trust
II.1.6)Common Procurement Vocabulary:
79212200 - Internal audit services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The aims and objectives of the Internal Audit service are to:
• provide a full Internal Audit service which adds value to the business strategy of the Trust
•provide a full Internal Audit Service in accordance with the latest available standards and national guidance. The successful contractor will be expected to respond to any changes required by statute or regulating authorities.
•produce at the start of the contract, following an assessment of the main risks identified in the Trusts Board Assurance Framework, a strategic audit plan covering the three year period from 2016/17 to 2018/2019, an operational plan for 2016/2017 and an updated strategic plan annually thereafter.
•comment upon and actively assist in the improvement of existing systems and the implementation of new systems in order to help the organisation to achieve the following:
maximise the benefits of effective cash and treasury management
ensure the effectiveness of PbR
maintain financial control
ensure the accuracy of financial reporting
securing capital investment
secure assets
limit the potential for fraud and corruption
achieve financial targets
obtain value for money
ensure security and confidence in computerised systems
comply with statutory, NHS, Monitor, Government and the Trust’s own regulations
ensure that the Audit reports support the Trust’s Board Assurance Framework and compliance with CQC registration requirements
The aims and objectives of the Counter Fraud Service are to:
•provide a full Counter Fraud Service in accordance with NHS Protect guidance
produce an annual Counter Fraud Work Plan that fully complies with the latest guidance
provide timely responses to investigations requests and enquiries
ensure compliance with NHS Protect Standards (or any replacements thereof)
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 2
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 12
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 01/04/2016
Completion: 31/03/2019
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:
None
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Refered to in the PQQ
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Only requirement is that the potential bidder is a Legal Entity
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
These are identified in the Invitation to Tender
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Refered to in the PQQ
III.2.3)Technical capacity
Technical capacity - means of proof required
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
Information and formalities necessary for evaluating if requirements are met:
Refered to in PQQ.
It is should be noted that sub contracting arrangements will not be permitted and that one provider will be expected to provide both the Internal Audit and Counter Fraud Service provision.
.
Minimum Level(s) of standards possibly required:
All staff employed on the contract to be suitable qualiifed
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: Not Provided
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: Not Provided
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 number of operators: 6
Objective Criteria for choosing the limited number of candidates:
This will be based on information provided by bidders in the PQQ.
It should be noted that a requirement of going forward to the PQQ stage is that potential providors evidence that they are a) already providing services to an NHS Foundation Trust or b) have done so in the past two years. If that evidence is not provided at the time of expressing an interest, the potential providers application will not be taken forward to PQQ stage.
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: IA/CFS 2015
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 12/08/2015
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 25/09/2015
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 26/09/2015
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: No
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: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=151454436
GO-2015710-PRO-6779738 TKR-2015710-PRO-6779737
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: 10/07/2015
ANNEX A