Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

ID 5537570 - DoF - Provision of Internal Audit Services

  • Cyhoeddwyd gyntaf: 10 Mehefin 2025
  • Wedi'i addasu ddiwethaf: 10 Mehefin 2025
  • Cofnodi Diddordeb

     

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-04dce5
Cyhoeddwyd gan:
Department of Finance
ID Awudurdod:
AA55145
Dyddiad cyhoeddi:
10 Mehefin 2025
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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).

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Department of Finance

303 Airport Road West

BELFAST

BT3 9ED

UK

E-bost: ssdadmin.cpd@finance-ni.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://etendersni.gov.uk/epps

Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps

I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

ID 5537570 - DoF - Provision of Internal Audit Services

Cyfeirnod: ID 5537570

II.1.2) Prif god CPV

79212000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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).

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 2 000 000.00 GBP

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Lot 1 – General Internal Audit Services

II.2.2) Cod(au) CPV ychwanegol

79212200

79212300

79212400

79200000

79210000

79212100

79000000

79212110

II.2.3) Man cyflawni

Cod NUTS:

UKN

II.2.4) Disgrifiad o’r caffaeliad

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).

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: AC1 - Methodology and Contingency / Pwysoliad: 40

Maes prawf ansawdd: AC2 - Personnel Skills and Experience / Pwysoliad: 29.6

Maes prawf ansawdd: AC3 - Social Value / Pwysoliad: 10.4

Maen prawf cost: AC4 - Cost Daily Rate / Pwysoliad: 20

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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.

Rhif y Lot 2

II.2.1) Teitl

Lot 2 – ICT Internal Audit Services

II.2.2) Cod(au) CPV ychwanegol

79212200

79212300

79212400

79200000

79210000

79212100

79000000

79212110

II.2.3) Man cyflawni

Cod NUTS:

UKN

II.2.4) Disgrifiad o’r caffaeliad

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).

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: AC1 -Methodology and Contingency / Pwysoliad: 48

Maes prawf ansawdd: AC2 -Personnel Skills and Experience / Pwysoliad: 32

Maen prawf cost: AC3 - Cost Daily Rate / Pwysoliad: 20

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

Mae’r caffaeliad yn golygu y caiff cytundeb fframwaith ei sefydlu

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2025/S 000-004219

Section V: Dyfarnu contract

Rhif y Lot: 1

Rhif Contract: 1

Teitl: Lot 1 – General Internal Audit Services

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

30/05/2025

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 5

Nifer y tendrau a ddaeth i law gan BBaChau: 1

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 3

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 5

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Ydy

V.2.3) Enw a chyfeiriad y contractwr

Sumer Accountants NI Ltd

Glendinning House

BELFAST

BT1 6DN

UK

E-bost: info@sumerni.co.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

URL: https://sumerni.co.uk/contact/

BBaCh yw’r contractwr: Ydy

V.2.3) Enw a chyfeiriad y contractwr

Deloitte - Main Account MCS/LLP

Hill House

LONDON

EC4A 3JR

UK

E-bost: cpdtenders@deloitte.co.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

URL: https://etendersni.gov.uk/epps

BBaCh yw’r contractwr: Na

V.2.3) Enw a chyfeiriad y contractwr

ERNST YOUNG LLP

1 More Place

LONDON

SE1 7EU

UK

E-bost: jkilliner@uk.ey.com

NUTS: UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.ey.com/en_uk

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 1 500 000.00 GBP

Cyfanswm gwerth y contract/lot: 1 500 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 2

Rhif Contract: 2

Teitl: Lot 2 – ICT Internal Audit Services

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

30/05/2025

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 1

Nifer y tendrau a ddaeth i law gan BBaChau: 0

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 1

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 1

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

ERNST YOUNG LLP

1 More Place

LONDON

SE1 7EU

UK

E-bost: jkilliner@uk.ey.com

NUTS: UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.ey.com/en_uk

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 500 000.00 GBP

Cyfanswm gwerth y contract/lot: 500 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

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.. .

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

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.

Belfast

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

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.

VI.5) Dyddiad anfon yr hysbysiad hwn

30/05/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
79212100 Gwasanaethau archwilio ariannol Gwasanaethau eiriolaeth
79212200 Gwasanaethau archwilio mewnol Gwasanaethau eiriolaeth
79212300 Gwasanaethau archwilio statudol Gwasanaethau eiriolaeth
79212400 Gwasanaethau archwilio twyll Gwasanaethau eiriolaeth
79000000 Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch Gwasanaethau eraill
79210000 Gwasanaethau cyfrifyddu ac archwilio Gwasanaethau cyfrifyddu, archwilio a chyllidol
79200000 Gwasanaethau cyfrifyddu, archwilio a chyllidol Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch
79212000 Gwasanaethau eiriolaeth Gwasanaethau cyfrifyddu ac archwilio
79212110 Gwasanaethau sgorio llywodraethu corfforaethol Gwasanaethau eiriolaeth

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
ssdadmin.cpd@finance-ni.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.