Section one: Contracting authority
one.1) Name and addresses
DESNZ & DSIT Group Commercial
3-8 Whitehall Place
London
SW1A 2EG
hthcommercial@energysecurity.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://beisgroup.ukp.app.jaggaer.com/
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ECO4 Fraud and Error Assurance
two.1.2) Main CPV code
- 79212400 - Fraud audit services
two.1.3) Type of contract
Services
two.1.4) Short description
This Contract Award Notice is to confirm that the Accelerated Open Procurement has concluded with the award of a contract to PricewaterhouseCoopers LLP.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £486,111.11
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
DESNZ sought to procure a supplier to carry out a comprehensive review of fraud and error risks on the ECO4 scheme, and also assess the capability of current delivery systems for managing those risks. The department wants to better understand the extent to which the scheme is providing support to the correct households and properties to enable evidence-based future policy design and best practice in delivery management. The awarded supplier's responsibilities include, but are not limited to:
- Data and document analysis.
- Industry knowledge, specifically retrofit, low carbon heating and energy efficiency installation through the construction industry.
- Understanding in similar/comparable scheme/project delivery. Familiarity with government schemes and ideally energy supplier obligation schemes would be beneficial.
- Ability to conduct a low number of on-site audits of domestic properties and installation of funded measures (with national cover) to validate hypotheses around risks.
- Gathering and analysing relevant information, data, accounts, audits, project management artefacts and other relevant information sources.
- Business analysis (including understanding structure, policies and operations, identifying business need, determining solutions) and process modelling.
- Fraud management, analysis, detection and prevention.
- Working knowledge and experience of application of Counter Fraud Functional Standard (GovS 013) requirements.
- Interview design and analysis.
- Ability to recognise issues and their potential and ranked impact to make actionable recommendations both through regular and ad-hoc collaborative meetings and in final reporting with DESNZ
two.2.5) Award criteria
Quality criterion - Name: Fraud Assurance Capability and Requirement Core/Desirable Capabilities / Weighting: 25
Quality criterion - Name: Approach to the delivery of services and project plan / Weighting: 50
Quality criterion - Name: Team structure, experience, expertise, and ways of working / Weighting: 15
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: PQP
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
Reg 27
(4) Where contracting authorities have published a prior information notice which was not itself used as a means of calling for competition, the minimum time limit for the receipt of tenders as laid down in paragraph (2) may be shortened to 15 days, provided that both of the following conditions are fulfilled:-
(a)the prior information notice included all the information required for the contract notice in section I of part B of Annex V to the Public Contracts Directive insofar as that information was available at the time the prior information notice was published;
(b)the prior information notice was sent for publication between 35 days and 12 months before the date on which the contract notice was sent.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-037420
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
Contract No
con_7217
Title
ECO4 Fraud and Error Assurance
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 January 2025
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
PricewaterhouseCoopers LLP
1 Embankment Place
London
WC2N 6RH
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
OC 303525
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £486,111.11
Total value of the contract/lot: £486,111.11
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Cabinet Office
London
Country
United Kingdom