Notice Information
Notice Title
ID 5537570 - DoF - Provision of Internal Audit Services
Notice 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).
Lot Information
Lot 1 - General Internal Audit Services
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.
Options: Following the initial term, there are 3 options to extend for any period of up to and including12 months each.
Renewal: The Framework Agreement shall commence on award (expected to be 1 April 2025) and will continue until the end of the Initial Term (31 March 2026), with three options to extend for any period of up to and including 12 months each.
Lot 2 - ICT Internal Audit ServicesInternal 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.
Options: Following the initial term, there are 3 options to extend for any period of up to and including 12 months each.
Renewal: The Framework Agreement shall commence on award (expected to be 1 April 2025) and will continue until the end of the Initial Term (31 March 2026), with three options to extend for any period of up to and including 12 months each.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04dce5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028806-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
79200000 - Accounting, auditing and fiscal services
79210000 - Accounting and auditing services
79212000 - Auditing services
79212100 - Financial auditing services
79212110 - Corporate governance rating services
79212200 - Internal audit services
79212300 - Statutory audit services
79212400 - Fraud audit services
Notice Value(s)
- Tender Value
- £2,000,000 £1M-£10M
- Lots Value
- £2,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £2,000,000 £1M-£10M
Notice Dates
- Publication Date
- 30 May 20258 months ago
- Submission Deadline
- 10 Mar 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 29 May 20258 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF FINANCE
- Contact Name
- Not specified
- Contact Email
- ssdadmin.cpd@finance-ni.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT3 9ED
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Sydenham
- Westminster Constituency
- Belfast East
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-04dce5-2025-05-30T13:56:15+01:00",
"date": "2025-05-30T13:56:15+01:00",
"ocid": "ocds-h6vhtk-04dce5",
"description": "Contract Monitoring. The successful contractor's 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.. .",
"initiationType": "tender",
"tender": {
"id": "ID 5537570",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "ID 5537570 - DoF - Provision of Internal Audit Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79212000",
"description": "Auditing services"
},
"mainProcurementCategory": "services",
"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).",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsBidPerSupplier": 2
},
"lots": [
{
"id": "1",
"title": "Lot 1 - General Internal Audit Services",
"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.",
"value": {
"amount": 1500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": true,
"renewal": {
"description": "The Framework Agreement shall commence on award (expected to be 1 April 2025) and will continue until the end of the Initial Term (31 March 2026), with three options to extend for any period of up to and including 12 months each."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Following the initial term, there are 3 options to extend for any period of up to and including12 months each."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "AC1 - Methodology and Contingency",
"type": "quality",
"description": "40"
},
{
"name": "AC2 - Personnel Skills and Experience",
"type": "quality",
"description": "29.6"
},
{
"name": "AC3 - Social Value",
"type": "quality",
"description": "10.4"
},
{
"name": "AC4 - Cost Daily Rate",
"type": "cost",
"description": "20"
}
]
}
},
{
"id": "2",
"title": "Lot 2 - ICT Internal Audit Services",
"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.",
"value": {
"amount": 500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": true,
"renewal": {
"description": "The Framework Agreement shall commence on award (expected to be 1 April 2025) and will continue until the end of the Initial Term (31 March 2026), with three options to extend for any period of up to and including 12 months each."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"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",
"awardCriteria": {
"criteria": [
{
"name": "AC1 -Methodology and Contingency",
"type": "quality",
"description": "48"
},
{
"name": "AC2 -Personnel Skills and Experience",
"type": "quality",
"description": "32"
},
{
"name": "AC3 - Cost Daily Rate",
"type": "cost",
"description": "20"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79212200",
"description": "Internal audit services"
},
{
"scheme": "CPV",
"id": "79212300",
"description": "Statutory audit services"
},
{
"scheme": "CPV",
"id": "79212400",
"description": "Fraud audit services"
},
{
"scheme": "CPV",
"id": "79200000",
"description": "Accounting, auditing and fiscal services"
},
{
"scheme": "CPV",
"id": "79210000",
"description": "Accounting and auditing services"
},
{
"scheme": "CPV",
"id": "79212100",
"description": "Financial auditing services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
},
{
"scheme": "CPV",
"id": "79212110",
"description": "Corporate governance rating services"
}
],
"deliveryAddresses": [
{
"region": "UKN"
},
{
"region": "UKN"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79212200",
"description": "Internal audit services"
},
{
"scheme": "CPV",
"id": "79212300",
"description": "Statutory audit services"
},
{
"scheme": "CPV",
"id": "79212400",
"description": "Fraud audit services"
},
{
"scheme": "CPV",
"id": "79200000",
"description": "Accounting, auditing and fiscal services"
},
{
"scheme": "CPV",
"id": "79210000",
"description": "Accounting and auditing services"
},
{
"scheme": "CPV",
"id": "79212100",
"description": "Financial auditing services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
},
{
"scheme": "CPV",
"id": "79212110",
"description": "Corporate governance rating services"
}
],
"deliveryAddresses": [
{
"region": "UKN"
},
{
"region": "UKN"
}
],
"relatedLot": "2"
}
],
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As per Tender documentation.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "As per Tender documentation.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "As per Tender documentation."
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 5
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-03-10T15:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2025-06-08T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2025-03-10T15:30:00Z"
},
"bidOpening": {
"date": "2025-03-10T15:30:00Z"
},
"hasRecurrence": false,
"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."
},
"parties": [
{
"id": "GB-FTS-3552",
"name": "Department of Finance",
"identifier": {
"legalName": "Department of Finance"
},
"address": {
"streetAddress": "303 Airport Road West",
"locality": "BELFAST",
"region": "UK",
"postalCode": "BT3 9ED",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "ssdadmin.cpd@finance-ni.gov.uk",
"url": "https://etendersni.gov.uk/epps"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-20217",
"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.",
"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."
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-145260",
"name": "Sumer Accountants NI Ltd",
"identifier": {
"legalName": "Sumer Accountants NI Ltd"
},
"address": {
"streetAddress": "Glendinning House",
"locality": "BELFAST",
"region": "UK",
"postalCode": "BT1 6DN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "info@sumerni.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://sumerni.co.uk/contact/",
"scale": "sme"
}
},
{
"id": "GB-FTS-6573",
"name": "ERNST YOUNG LLP",
"identifier": {
"legalName": "ERNST YOUNG LLP"
},
"address": {
"streetAddress": "1 More Place",
"locality": "LONDON",
"region": "UK",
"postalCode": "SE1 7EU",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "jkilliner@uk.ey.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.ey.com/en_uk",
"scale": "large"
}
},
{
"id": "GB-FTS-23737",
"name": "Deloitte - Main Account MCS/LLP",
"identifier": {
"legalName": "Deloitte - Main Account MCS/LLP"
},
"address": {
"streetAddress": "Hill House",
"locality": "LONDON",
"region": "UK",
"postalCode": "EC4A 3JR",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "cpdtenders@deloitte.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-3552",
"name": "Department of Finance"
},
"language": "en",
"awards": [
{
"id": "028806-2025-1-1",
"relatedLots": [
"1"
],
"title": "Lot 1 - General Internal Audit Services",
"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"
}
]
},
{
"id": "028806-2025-2-2",
"relatedLots": [
"2"
],
"title": "Lot 2 - ICT Internal Audit Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-6573",
"name": "ERNST YOUNG LLP"
}
]
}
],
"contracts": [
{
"id": "028806-2025-1-1",
"awardID": "028806-2025-1-1",
"title": "Lot 1 - General Internal Audit Services",
"status": "active",
"value": {
"amount": 1500000,
"currency": "GBP"
},
"dateSigned": "2025-05-30T00:00:00+01:00"
},
{
"id": "028806-2025-2-2",
"awardID": "028806-2025-2-2",
"title": "Lot 2 - ICT Internal Audit Services",
"status": "active",
"value": {
"amount": 500000,
"currency": "GBP"
},
"dateSigned": "2025-05-30T00:00:00+01:00"
}
],
"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
}
]
}
}