Contract

ECO4 Fraud and Error Assurance

  • DESNZ & DSIT Group Commercial

F03: Contract award notice

Notice identifier: 2025/S 000-006566

Procurement identifier (OCID): ocds-h6vhtk-04bd02

Published 21 February 2025, 10:15am



Section one: Contracting authority

one.1) Name and addresses

DESNZ & DSIT Group Commercial

3-8 Whitehall Place

London

SW1A 2EG

Email

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