← Back to opportunities

ID 5537570 - DoF - Provision of Internal Audit Services

Department of Finance

Buyer Contact Info

Buyer Name: Department of Finance

Buyer Address: 303 Airport Road West, BELFAST, UK, BT3 9ED, United Kingdom

Contact Email: ssdadmin.cpd@finance-ni.gov.uk

Status
complete
Procedure
open
Value
1500000.0 GBP
Published
30 May 2025, 12:56
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
79212200 - Internal audit services
Region
n/a
Awarded To
Sumer Accountants NI Ltd, Deloitte - Main Account MCS/LLP, ERNST YOUNG LLP
Official Source
Open Find a Tender

Description

Internal Audit Services (IAS) intends to establish a Framework Agreement for the provision of internal auditors to carry out risk-based Internal Audit assignments which will contribute towards the completion of agreed Internal Audit Strategies and associated Internal Audit Plans on a call-off as required basis. The Framework Agreement will contain 2 (two) Lots: Lot 1 – General Internal Audit Services and Lot 2 – ICT Internal Audit Services. Full details of requirements are set out in the Specification document (ID 5537870 – Specification).

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot Title: Lot 1 – General Internal Audit Services

Lot Description: Internal Audit Services (IAS) intends to establish a Framework Agreement for the provision of internal auditors to carry out risk-based Internal Audit assignments which will contribute towards the completion of agreed Internal Audit Strategies and associated Internal Audit Plans on a call-off as required basis. The Framework Agreement will contain 2 (two) Lots: Lot 1 – General Internal Audit Services and Lot 2 – ICT Internal Audit Services. Full details of requirements are set out in the Specification document (ID 5537870 – Specification). Additional information: This is a demand driven Framework, there is no guarantee of work given. The figure indicated in Section II.1.5 represents an estimated value. This value reflects the potential scale and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into accountthe application of indexation. Neither CPD nor the Authority can provide any guarantee as. tothe level of business under this Framework. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmedby the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.

Lot 1 Status: cancelled

Lot 1 Has Options: Yes

Lot 1 Options: Following the initial term, there are 3 options to extend for any period of up to and including12 months each.

Lot 1 Award Criterion (quality): AC1 - Methodology and Contingency

Lot 1 Award Criterion (quality): AC2 - Personnel Skills and Experience

Lot 1 Award Criterion (quality): AC3 - Social Value

Lot 1 Award Criterion (cost): AC4 - Cost Daily Rate

Lot Title: Lot 2 – ICT Internal Audit Services

Lot 2 Status: cancelled

Lot 2 Has Options: Yes

Lot 2 Options: Following the initial term, there are 3 options to extend for any period of up to and including 12 months each.

Lot 2 Award Criterion (quality): AC1 -Methodology and Contingency

Lot 2 Award Criterion (quality): AC2 -Personnel Skills and Experience

Lot 2 Award Criterion (cost): AC3 - Cost Daily Rate

Contracts

Contract Title: Lot 1 – General Internal Audit Services

Contract Title: Lot 2 – ICT Internal Audit Services

Awards

Award Title: Lot 1 – General Internal Audit Services

Award Title: Lot 2 – ICT Internal Audit Services

Raw Notice JSON

Expand raw payload
{
  "awards": [
    {
      "id": "028806-2025-1-1",
      "relatedLots": [
        "1"
      ],
      "status": "active",
      "suppliers": [
        {
          "id": "GB-FTS-145260",
          "name": "Sumer Accountants NI Ltd"
        },
        {
          "id": "GB-FTS-23737",
          "name": "Deloitte - Main Account MCS/LLP"
        },
        {
          "id": "GB-FTS-6573",
          "name": "ERNST YOUNG LLP"
        }
      ],
      "title": "Lot 1 \u2013 General Internal Audit Services"
    },
    {
      "id": "028806-2025-2-2",
      "relatedLots": [
        "2"
      ],
      "status": "active",
      "suppliers": [
        {
          "id": "GB-FTS-6573",
          "name": "ERNST YOUNG LLP"
        }
      ],
      "title": "Lot 2 \u2013 ICT Internal Audit Services"
    }
  ],
  "bids": {
    "statistics": [
      {
        "id": "1",
        "measure": "bids",
        "relatedLot": "1",
        "value": 5
      },
      {
        "id": "6",
        "measure": "bids",
        "relatedLot": "2",
        "value": 1
      },
      {
        "id": "2",
        "measure": "smeBids",
        "relatedLot": "1",
        "value": 1
      },
      {
        "id": "7",
        "measure": "smeBids",
        "relatedLot": "2",
        "value": 0
      },
      {
        "id": "3",
        "measure": "foreignBidsFromEU",
        "relatedLot": "1",
        "value": 0
      },
      {
        "id": "8",
        "measure": "foreignBidsFromEU",
        "relatedLot": "2",
        "value": 0
      },
      {
        "id": "4",
        "measure": "foreignBidsFromNonEU",
        "relatedLot": "1",
        "value": 3
      },
      {
        "id": "9",
        "measure": "foreignBidsFromNonEU",
        "relatedLot": "2",
        "value": 1
      },
      {
        "id": "5",
        "measure": "electronicBids",
        "relatedLot": "1",
        "value": 5
      },
      {
        "id": "10",
        "measure": "electronicBids",
        "relatedLot": "2",
        "value": 1
      }
    ]
  },
  "buyer": {
    "id": "GB-FTS-3552",
    "name": "Department of Finance"
  },
  "contracts": [
    {
      "awardID": "028806-2025-1-1",
      "dateSigned": "2025-05-30T00:00:00+01:00",
      "id": "028806-2025-1-1",
      "status": "active",
      "title": "Lot 1 \u2013 General Internal Audit Services",
      "value": {
        "amount": 1500000.0,
        "currency": "GBP"
      }
    },
    {
      "awardID": "028806-2025-2-2",
      "dateSigned": "2025-05-30T00:00:00+01:00",
      "id": "028806-2025-2-2",
      "status": "active",
      "title": "Lot 2 \u2013 ICT Internal Audit Services",
      "value": {
        "amount": 500000.0,
        "currency": "GBP"
      }
    }
  ],
  "date": "2025-05-30T13:56:15+01:00",
  "description": "Contract Monitoring. The successful contractor\u2019s performance on the contract will be regularly monitored in line with the tender documentation. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of three years from the date of issue.. .",
  "id": "028806-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-04dce5",
  "parties": [
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "BELFAST",
        "postalCode": "BT3 9ED",
        "region": "UK",
        "streetAddress": "303 Airport Road West"
      },
      "contactPoint": {
        "email": "ssdadmin.cpd@finance-ni.gov.uk"
      },
      "details": {
        "buyerProfile": "https://etendersni.gov.uk/epps",
        "classifications": [
          {
            "description": "Body governed by public law",
            "id": "BODY_PUBLIC",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "General public services",
            "id": "01",
            "scheme": "COFOG"
          }
        ],
        "url": "https://etendersni.gov.uk/epps"
      },
      "id": "GB-FTS-3552",
      "identifier": {
        "legalName": "Department of Finance"
      },
      "name": "Department of Finance",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "BELFAST",
        "postalCode": "BT1 6DN",
        "region": "UK",
        "streetAddress": "Glendinning House"
      },
      "contactPoint": {
        "email": "info@sumerni.co.uk"
      },
      "details": {
        "scale": "sme",
        "url": "https://sumerni.co.uk/contact/"
      },
      "id": "GB-FTS-145260",
      "identifier": {
        "legalName": "Sumer Accountants NI Ltd"
      },
      "name": "Sumer Accountants NI Ltd",
      "roles": [
        "supplier"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "LONDON",
        "postalCode": "SE1 7EU",
        "region": "UK",
        "streetAddress": "1 More Place"
      },
      "contactPoint": {
        "email": "jkilliner@uk.ey.com"
      },
      "details": {
        "scale": "large",
        "url": "https://www.ey.com/en_uk"
      },
      "id": "GB-FTS-6573",
      "identifier": {
        "legalName": "ERNST YOUNG LLP"
      },
      "name": "ERNST YOUNG LLP",
      "roles": [
        "supplier"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "LONDON",
        "postalCode": "EC4A 3JR",
        "region": "UK",
        "streetAddress": "Hill House"
      },
      "contactPoint": {
        "email": "cpdtenders@deloitte.co.uk"
      },
      "details": {
        "scale": "large",
        "url": "https://etendersni.gov.uk/epps"
      },
      "id": "GB-FTS-23737",
      "identifier": {
        "legalName": "Deloitte - Main Account MCS/LLP"
      },
      "name": "Deloitte - Main Account MCS/LLP",
      "roles": [
        "supplier"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Belfast"
      },
      "id": "GB-FTS-20217",
      "identifier": {
        "legalName": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended."
      },
      "name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "award",
    "contract"
  ],
  "tender": {
    "classification": {
      "description": "Auditing services",
      "id": "79212000",
      "scheme": "CPV"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "Internal Audit Services (IAS) intends to establish a Framework Agreement for the provision of internal auditors to carry out risk-based Internal Audit assignments which will contribute towards the completion of agreed Internal Audit Strategies and associated Internal Audit Plans on a call-off as required basis. The Framework Agreement will contain 2 (two) Lots: Lot 1 \u2013 General Internal Audit Services and Lot 2 \u2013 ICT Internal Audit Services. Full details of requirements are set out in the Specification document (ID 5537870 \u2013 Specification).",
    "id": "ID 5537570",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Internal audit services",
            "id": "79212200",
            "scheme": "CPV"
          },
          {
            "description": "Statutory audit services",
            "id": "79212300",
            "scheme": "CPV"
          },
          {
            "description": "Fraud audit services",
            "id": "79212400",
            "scheme": "CPV"
          },
          {
            "description": "Accounting, auditing and fiscal services",
            "id": "79200000",
            "scheme": "CPV"
          },
          {
            "description": "Accounting and auditing services",
            "id": "79210000",
            "scheme": "CPV"
          },
          {
            "description": "Financial auditing services",
            "id": "79212100",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          },
          {
            "description": "Corporate governance rating services",
            "id": "79212110",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKN"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      },
      {
        "additionalClassifications": [
          {
            "description": "Internal audit services",
            "id": "79212200",
            "scheme": "CPV"
          },
          {
            "description": "Statutory audit services",
            "id": "79212300",
            "scheme": "CPV"
          },
          {
            "description": "Fraud audit services",
            "id": "79212400",
            "scheme": "CPV"
          },
          {
            "description": "Accounting, auditing and fiscal services",
            "id": "79200000",
            "scheme": "CPV"
          },
          {
            "description": "Accounting and auditing services",
            "id": "79210000",
            "scheme": "CPV"
          },
          {
            "description": "Financial auditing services",
            "id": "79212100",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          },
          {
            "description": "Corporate governance rating services",
            "id": "79212110",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKN"
          }
        ],
        "id": "2",
        "relatedLot": "2"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "40",
              "name": "AC1 - Methodology and Contingency",
              "type": "quality"
            },
            {
              "description": "29.6",
              "name": "AC2 - Personnel Skills and Experience",
              "type": "quality"
            },
            {
              "description": "10.4",
              "name": "AC3 - Social Value",
              "type": "quality"
            },
            {
              "description": "20",
              "name": "AC4 - Cost Daily Rate",
              "type": "cost"
            }
          ]
        },
        "description": "Internal Audit Services (IAS) intends to establish a Framework Agreement for the provision of internal auditors to carry out risk-based Internal Audit assignments which will contribute towards the completion of agreed Internal Audit Strategies and associated Internal Audit Plans on a call-off as required basis. The Framework Agreement will contain 2 (two) Lots: Lot 1 \u2013 General Internal Audit Services and Lot 2 \u2013 ICT Internal Audit Services. Full details of requirements are set out in the Specification document (ID 5537870 \u2013 Specification). Additional information: This is a demand driven Framework, there is no guarantee of work given. The figure indicated in Section II.1.5 represents an estimated value. This value reflects the potential scale and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into accountthe application of indexation. Neither CPD nor the Authority can provide any guarantee as. tothe level of business under this Framework. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmedby the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.",
        "hasOptions": true,
        "id": "1",
        "options": {
          "description": "Following the initial term, there are 3 options to extend for any period of up to and including12 months each."
        },
        "status": "cancelled",
        "title": "Lot 1 \u2013 General Internal Audit Services"
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "48",
              "name": "AC1 -Methodology and Contingency",
              "type": "quality"
            },
            {
              "description": "32",
              "name": "AC2 -Personnel Skills and Experience",
              "type": "quality"
            },
            {
              "description": "20",
              "name": "AC3 - Cost Daily Rate",
              "type": "cost"
            }
          ]
        },
        "description": "Internal Audit Services (IAS) intends to establish a Framework Agreement for the provision of internal auditors to carry out risk-based Internal Audit assignments which will contribute towards the completion of agreed Internal Audit Strategies and associated Internal Audit Plans on a call-off as required basis. The Framework Agreement will contain 2 (two) Lots: Lot 1 \u2013 General Internal Audit Services and Lot 2 \u2013 ICT Internal Audit Services. Full details of requirements are set out in the Specification document (ID 5537870 \u2013 Specification). Additional information: This is a demand driven Framework, there is no guarantee of work given. The figure indicated in Section II.1.5 represents an estimated value. This value reflects the potential scale and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into accountthe application of indexation. Neither CPD nor the Authority can provide any guarantee as. tothe level of business under this Framework. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmedby the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.",
        "hasOptions": true,
        "id": "2",
        "options": {
          "description": "Following the initial term, there are 3 options to extend for any period of up to and including 12 months each."
        },
        "status": "cancelled",
        "title": "Lot 2 \u2013 ICT Internal Audit Services"
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "reviewDetails": "CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.",
    "status": "complete",
    "techniques": {
      "hasFrameworkAgreement": true
    },
    "title": "ID 5537570 - DoF - Provision of Internal Audit Services"
  }
}