Published date: 2 January 2020
Awarded contract - This means that the contract has been awarded to a supplier.
Contract summary
Industry
Financial consultancy services - 66171000
Accounting, auditing and fiscal services - 79200000
Accounting and auditing services - 79210000
Auditing services - 79212000
Internal audit services - 79212200
Statutory audit services - 79212300
Fraud audit services - 79212400
Accounting review services - 79212500
Investigation and security services - 79700000
Location of contract
Any region
Value of contract
£2,000,000
Procurement reference
tender_205987/812881
Published date
2 January 2020
Closing date
18 September 2019
Contract start date
18 November 2019
Contract end date
17 November 2023
Contract type
Service contract
Procedure type
Open procedure (above threshold)
Any interested supplier may submit a tender in response to an opportunity notice.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
Scope and Context of the Services
It is intended that Providers awarded to this Framework will support publicly funded entities, helping them meet current and future regulatory and legislative obligations and requirements.
The purpose of this procurement is to secure up to twenty (20) providers per Lot to help provide capacity within the market place and to help EOECPH in the delivery of timely and relevant advisory and support services for current customers as well as those new customers of tomorrow.
Services to be provided under this Framework have been broken down in to Lots, Bidders may bid for and be awarded against more than one Lot.
This ITT and proposed framework has eight (8) Lots:
Lot One - External Audit
Lot Two - Internal Audit
Lot Three - Counter Fraud Services
Lot Four - Internal Audit & Counter Fraud Services
Lot Five - Workforce Investigation Services
Lot Six - VAT Audit Services
Lot Seven - Local Security Management Specialists
Lot Eight - Consultancy Audit & Financial Services
Service Standards, Skills and Abilities
EOECPH is interested in partnering for this Framework with organisations that can demonstrate and evidence compliance with the following key standards and capabilities, as may be applicable and where so indicated by the Lot requirements:
- Local Audit and Accountability Act (2014)
- Public Sector Internal Audit Standards for Internal Audit (PSIAS)
- NHSCFA Code of Practice (appendix 1)
- NHS foundation trusts: Code of Governance
- NHSCFA Counter Fraud Manual
- Government Functional Standard GovS 013: Counter Fraud (GFS) (appendix 2)
- NHSCFA's Values and Behaviours Framework (appendix 3)
- HFMA NHS Audit Committee Handbook
- Relevant parts of the NHS Standard Contract Service Condition.
- Directions to NHS Trusts and Special Health Authorities in respect of Counter Fraud 2017.
- The Accounts & Audit Regulations 2015
- Monitor's Code for Foundation Trusts
- National Audit Office (NAO) International Auditing Standards and Ethical Standards
- The Auditing Practices Board (APB) Practice Notes such as:
- Practice Note 10 - Audit of Financial Statements of Public Sector Bodies in the United Kingdom
- Accounts and Audit Regulations 2015
- 2018/19 independent auditor's reports (local government) -
- The Auditor General for Scotland
o Audit Scotland Technical guidance note 2019/5(LG)
o Audit Scotland NHS in Scotland 2019
- The Irish Auditing and Accounting Supervisory Authority (IAASA)
- Local Government (Northern Ireland) Act 2014
- Value Added Tax Act 1994 (VAT Act 1994)
- Her Majesty's Revenue and Customs (HMRC) https://www.gov.uk/hmrc-internal-manuals/vat-government-and-public-bodies/vatgpb9000
- VAT Notice 749: local authorities and similar bodies
- HMRC internal manual - VAT Government and Public Bodies
o Section 41 (Contracted Out Services)
o Section 33 (Local government) VAT refund schemes
The above list is not intended to be exhaustive, it is reflective of a sample of existing legislation,
Award information
Awarded date
18 November 2019
Contract start date
18 November 2019
Contract end date
17 November 2023
Total value of contract
£10,000,000
This contract was awarded to 11 suppliers.
360 Assurance
Address
Riverside House, Bridge Park Road, Leicester, LE4 8BL
Reference
None
Supplier is SME?
No
Supplier is VCSE?
No
BDO LLP
Address
55 Baker Street, London, W1U 7EU
Reference
None
Supplier is SME?
No
Supplier is VCSE?
No
CW Audit Services
Address
Wayside House, Wilsons Lane, Coventry, CV6 6NY
Reference
None
Supplier is SME?
No
Supplier is VCSE?
No
Deloitte LLP
Address
2 New Street Square, London, EC4A 3BZ
Reference
None
Supplier is SME?
No
Supplier is VCSE?
No
Grant Thornton UK LLP
Address
30 Finsbury Square, London, EC2A 1AG
Reference
None
Supplier is SME?
No
Supplier is VCSE?
No
KPMG
Address
15 Canada Square, London, E14 5GL
Reference
None
Supplier is SME?
No
Supplier is VCSE?
No
Mazars LLP
Address
Tower Bridge House, London, E1W 1DD
Reference
None
Supplier is SME?
No
Supplier is VCSE?
No
MIAA
Address
Regatta Palce , Liverpool, L3 4BL
Reference
None
Supplier is SME?
Yes
Supplier is VCSE?
No
RSM Risk Assurance Services LLP
Address
3 Hollinswood Court, Telford, TF3 3DE
Reference
None
Supplier is SME?
No
Supplier is VCSE?
No
TIAA Ltd
Address
Artillery House, Fort Fareham, lONDON, E1W 1DD
Reference
None
Supplier is SME?
Yes
Supplier is VCSE?
No
West Midlands Ambulance Service
Address
Waterfront Business Park, Brierly Hill, DY5 1LX
Reference
None
Supplier is SME?
No
Supplier is VCSE?
No
Share this notice
Closing: 18 September 2019
All content is available under the
