Award

Analysis and Reconciliation Services

EAST OF ENGLAND NHS COLLABORATIVE HUB

This public procurement record has 1 release in its history.

Award

26 Mar 2020 at 09:37

Summary of the contracting process

The East of England NHS Collaborative Hub is conducting a tender for "Analysis and Reconciliation Services," aimed at sourcing experienced and innovative service providers in the IT services industry. This procurement, labelled under the open procedure, is currently in the Award stage, following a tender period that ended on 17th January 2020. The contract is valued at £16 million and is intended to run from 2nd March 2020 until 29th February 2024. The services are available across various locations including the United Kingdom and other territories, through a multi-lot framework comprising 11 specific service areas.

This framework offers significant opportunities for businesses specialising in IT consultancy and software development, particularly those that can demonstrate agility and innovative pricing strategies. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) will find suitable avenues to participate, especially if they possess the capacity to provide tailored services across the designated lots. With a comprehensive scope that includes areas like Energy, Telecommunications, and Payroll services, businesses well-versed in legislative compliance and cost management will be particularly competitive in this procurement process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Analysis and Reconciliation Services

Notice Description

EOECPH is seeking experienced, proven, innovative and agile providers as our framework partners to deliver Analysis and Reconciliation Services (a Services framework) being procured under the 'open' procedure in accordance with the Public Contract Regulations 2015. Full details of the Authority's requirements set out in the Specification of the tender schedules. This multi lotted framework will provide focused and specialised support, ensuring services delivered to the Beneficiaries conform to very latest and all relevant legislative, regulatory and or best practice arrangements applicable to, or for, the type of entity they are and the services they deliver. Providers awarded to the Framework will from time to time need to be prepared to be flexible in regard to the skillsets and core content they offer for the services identified under this framework, as may be necessary during the life of the contract, to ensure their service elements for the Lot or Lots they are awarded to are, and remain, topical, focused, timely and relevant in respect of Lot service provision. Through the ability of potential bidders to submit innovative charge rate pricing solutions the Framework from time to time will be able to offer tailored advice and consultancy support services to Beneficiaries, ensuring any developing requirements during the lifetime of the framework are captured and met. Bidders will need to confirm their acceptance of the requirements of providing services through the framework, as part of the Qualification process/envelope. Should Bidders need to introduce partners or sub-contracting arrangements to adhere to this requirement, or to alter arrangements identified as part of the tender process, to ensure the service offering remains valid, this will be allowed for and captured within the Framework Contract. Services to be provided under this Framework have been broken down into Lots, Bidders may bid for and be awarded against more than one Lot. This ITT and proposed framework is comprised of ten (11) Lots: Lot One - Telecommunications (Fixed & Mobile) Lot Two - Energy - Electricity, Gas and Oil Lot Three - Water Lot Four - Value Added Tax Lot Five - Estates Lot Six - Accounts Payable Lot Seven - Temporary Staffing Lot Eight - Payroll Lot Nine - Contract Compliance Lot Ten - Software License Reviews Lot Eleven - Managed Spend Reduction and Recovery Solutions For the purposes of evaluation of Suppliers for appointment to the Framework Agreement each Tenderer will be required to pass selection criteria relevant to the type and nature of the procurement and Beneficiaries, tenders will then be assessed against the resources and charges associated with the delivery of the Framework Services.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-edfa38e3-b16d-4cbd-a0fe-27e2ee7e28c1
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/200ba9b6-f08a-451d-8c7a-0e0180633f36
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£16,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
£16,100,000 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
26 Mar 20205 years ago
Submission Deadline
17 Jan 2020Expired
Future Notice Date
Not specified
Award Date
2 Mar 20205 years ago
Contract Period
2 Mar 2020 - 28 Feb 2024 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
EAST OF ENGLAND NHS COLLABORATIVE HUB
Contact Name
Stephen Evans
Contact Email
stephen.evans@eoecph.nhs.uk
Contact Phone
07983339019

Buyer Location

Locality
CAMBRIDGE
Postcode
CB21 5XB
Post Town
Cambridge
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH4 Cambridgeshire and Peterborough
Small Region (ITL 3)
TLH42 Cambridgeshire CC
Delivery Location
Not specified

Local Authority
South Cambridgeshire
Electoral Ward
Fen Ditton & Fulbourn
Westminster Constituency
South Cambridgeshire

Supplier Information

Number of Suppliers
13
Supplier Names

ADSM

AQUACLEAR

AUDIT PARTNERSHIP

AVISON YOUNG GVA

AXIOM UTILITIES

BERTHOLD BAUER

BUSINESS COST CONSULTANTS T/A BOXFISH

CRS VAT CONSULTING LTD 22

LIAISON FINANCIAL SERVICES

M&C ENERGY GROUP, A SUBSIDIARY OF SCHNEIDER ELECTRIC

MERIDIAN COST BENEFIT

PROFESSIONAL COST MANAGEMENT GROUP

RSM RISK ASSURANCE SERVICES

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-edfa38e3-b16d-4cbd-a0fe-27e2ee7e28c1-2020-03-26T09:37:43Z",
    "date": "2020-03-26T09:37:43Z",
    "ocid": "ocds-b5fd17-edfa38e3-b16d-4cbd-a0fe-27e2ee7e28c1",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_223014/846972",
        "title": "Analysis and Reconciliation Services",
        "description": "EOECPH is seeking experienced, proven, innovative and agile providers as our framework partners to deliver Analysis and Reconciliation Services (a Services framework) being procured under the 'open' procedure in accordance with the Public Contract Regulations 2015. Full details of the Authority's requirements set out in the Specification of the tender schedules. This multi lotted framework will provide focused and specialised support, ensuring services delivered to the Beneficiaries conform to very latest and all relevant legislative, regulatory and or best practice arrangements applicable to, or for, the type of entity they are and the services they deliver. Providers awarded to the Framework will from time to time need to be prepared to be flexible in regard to the skillsets and core content they offer for the services identified under this framework, as may be necessary during the life of the contract, to ensure their service elements for the Lot or Lots they are awarded to are, and remain, topical, focused, timely and relevant in respect of Lot service provision. Through the ability of potential bidders to submit innovative charge rate pricing solutions the Framework from time to time will be able to offer tailored advice and consultancy support services to Beneficiaries, ensuring any developing requirements during the lifetime of the framework are captured and met. Bidders will need to confirm their acceptance of the requirements of providing services through the framework, as part of the Qualification process/envelope. Should Bidders need to introduce partners or sub-contracting arrangements to adhere to this requirement, or to alter arrangements identified as part of the tender process, to ensure the service offering remains valid, this will be allowed for and captured within the Framework Contract. Services to be provided under this Framework have been broken down into Lots, Bidders may bid for and be awarded against more than one Lot. This ITT and proposed framework is comprised of ten (11) Lots: Lot One - Telecommunications (Fixed & Mobile) Lot Two - Energy - Electricity, Gas and Oil Lot Three - Water Lot Four - Value Added Tax Lot Five - Estates Lot Six - Accounts Payable Lot Seven - Temporary Staffing Lot Eight - Payroll Lot Nine - Contract Compliance Lot Ten - Software License Reviews Lot Eleven - Managed Spend Reduction and Recovery Solutions For the purposes of evaluation of Suppliers for appointment to the Framework Agreement each Tenderer will be required to pass selection criteria relevant to the type and nature of the procurement and Beneficiaries, tenders will then be assessed against the resources and charges associated with the delivery of the Framework Services.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 16000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2020-01-17T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2020-03-02T00:00:00Z",
            "endDate": "2024-02-29T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-132432",
            "name": "East Of England NHS Collaborative Hub",
            "identifier": {
                "legalName": "East Of England NHS Collaborative Hub"
            },
            "address": {
                "streetAddress": "Victoria House, Capital Park",
                "locality": "Cambridge",
                "postalCode": "CB21 5XB",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Stephen Evans",
                "email": "stephen.evans@eoecph.nhs.uk",
                "telephone": "07983339019"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-140610",
            "name": "Audit Partnership Ltd",
            "identifier": {
                "legalName": "Audit Partnership Ltd"
            },
            "address": {
                "streetAddress": "Moorside Business Park, Moorside Tockwith North Yorkshire YO26 7QG"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-140611",
            "name": "Axiom Utilities",
            "identifier": {
                "legalName": "Axiom Utilities"
            },
            "address": {
                "streetAddress": "The Talbot Offices (First Floor), 12, Bath Street Lytham Lancashire FY8 5ES"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-140612",
            "name": "ADSM",
            "identifier": {
                "legalName": "ADSM"
            },
            "address": {
                "streetAddress": "Commercial House, 80 High Street Eton Berkshire SL46AF"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-140613",
            "name": "Aquaclear SC",
            "identifier": {
                "legalName": "Aquaclear SC"
            },
            "address": {
                "streetAddress": "Unit 14, Hardengreen Business Centre Dalkeith Midlothian EH22 3NX"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-140614",
            "name": "Berthold Bauer",
            "identifier": {
                "legalName": "Berthold Bauer"
            },
            "address": {
                "streetAddress": "The Old Goat House Edenbridge Kent TN15 8BT"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-140615",
            "name": "Business Cost Consultants T/A Boxfish",
            "identifier": {
                "legalName": "Business Cost Consultants T/A Boxfish"
            },
            "address": {
                "streetAddress": "4 Minerva Way Glasgow Glasgow City G3 8AU"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-140616",
            "name": "CRS VAT Consulting Ltd 22",
            "identifier": {
                "legalName": "CRS VAT Consulting Ltd 22"
            },
            "address": {
                "streetAddress": "Tudor Street London Central EC4Y 0AY"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-140617",
            "name": "Avison Young GVA",
            "identifier": {
                "legalName": "Avison Young GVA"
            },
            "address": {
                "streetAddress": "3 Brindleyplace Birmingham West Midlands B1 2JB"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-140618",
            "name": "Liaison Financial Services",
            "identifier": {
                "legalName": "Liaison Financial Services"
            },
            "address": {
                "streetAddress": "Liaison Court, Vincent Road Worcester WR5 1BW"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-140619",
            "name": "M&C Energy Group, a subsidiary of Schneider Electric",
            "identifier": {
                "legalName": "M&C Energy Group, a subsidiary of Schneider Electric"
            },
            "address": {
                "streetAddress": "Stafford Park 5 Telford Shropshire TF3 3BL"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-140620",
            "name": "Meridian Cost Benefit Ltd",
            "identifier": {
                "legalName": "Meridian Cost Benefit Ltd"
            },
            "address": {
                "streetAddress": "Tyttenhanger House St. Albans Hertfordshire AL4 0PG"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-140621",
            "name": "Professional Cost Management Group Limited",
            "identifier": {
                "legalName": "Professional Cost Management Group Limited"
            },
            "address": {
                "streetAddress": "Progress Business Park, Orders Lane, Kirkham Preston Lancashire PR4 2TZ"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-140622",
            "name": "RSM Risk Assurance Services LLP",
            "identifier": {
                "legalName": "RSM Risk Assurance Services LLP"
            },
            "address": {
                "streetAddress": "3 Hollinswood Court Telford Shropshire TF3 3DE"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-132432",
        "name": "East Of England NHS Collaborative Hub"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-edfa38e3-b16d-4cbd-a0fe-27e2ee7e28c1-1",
            "status": "active",
            "date": "2020-03-02T00:00:00Z",
            "datePublished": "2020-03-26T09:37:43Z",
            "value": {
                "amount": 16100000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-140610",
                    "name": "Audit Partnership Ltd"
                },
                {
                    "id": "GB-CFS-140611",
                    "name": "Axiom Utilities"
                },
                {
                    "id": "GB-CFS-140612",
                    "name": "ADSM"
                },
                {
                    "id": "GB-CFS-140613",
                    "name": "Aquaclear SC"
                },
                {
                    "id": "GB-CFS-140614",
                    "name": "Berthold Bauer"
                },
                {
                    "id": "GB-CFS-140615",
                    "name": "Business Cost Consultants T/A Boxfish"
                },
                {
                    "id": "GB-CFS-140616",
                    "name": "CRS VAT Consulting Ltd 22"
                },
                {
                    "id": "GB-CFS-140617",
                    "name": "Avison Young GVA"
                },
                {
                    "id": "GB-CFS-140618",
                    "name": "Liaison Financial Services"
                },
                {
                    "id": "GB-CFS-140619",
                    "name": "M&C Energy Group, a subsidiary of Schneider Electric"
                },
                {
                    "id": "GB-CFS-140620",
                    "name": "Meridian Cost Benefit Ltd"
                },
                {
                    "id": "GB-CFS-140621",
                    "name": "Professional Cost Management Group Limited"
                },
                {
                    "id": "GB-CFS-140622",
                    "name": "RSM Risk Assurance Services LLP"
                }
            ],
            "contractPeriod": {
                "startDate": "2020-03-02T00:00:00Z",
                "endDate": "2024-02-28T23:59:59Z"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/200ba9b6-f08a-451d-8c7a-0e0180633f36",
                    "datePublished": "2020-03-26T09:37:43Z",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}