Contract

NAO Case Management Solution for Financial Audits

  • National Audit Office

F03: Contract award notice

Notice identifier: 2022/S 000-006996

Procurement identifier (OCID): ocds-h6vhtk-0321ee

Published 15 March 2022, 2:14pm



Section one: Contracting authority

one.1) Name and addresses

National Audit Office

157-197 Buckingham Palace Road, Victoria, London, United Kingdom

London

SW1W 9SP

Contact

NAO Central Procurement Team

Email

NAO.Procurement@nao.org.uk

Telephone

+44 2077987699

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.nao.org.uk/

Buyer's address

https://www.nao.org.uk/

one.4) Type of the contracting authority

Other type

Independent Parliamentary Body

one.5) Main activity

Other activity

Auditing


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NAO Case Management Solution for Financial Audits

two.1.2) Main CPV code

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

two.1.3) Type of contract

Services

two.1.4) Short description

The National Audit Office (NAO) is transforming how it undertakes financial audits. It seeks a strategic partner to develop a flexible case management technology solution to meet the requirements of modern financial auditing.The solution will deliver the NAO’s financial audit methodology through dynamic workflow & task management, document & content management, rich internal and external collaboration, with support for data-led audits and comprehensive MI, reporting & analytics. It must integrate closely with other NAO systems, and provide flexibility to respond to changing future requirements.The NAO is recognised globally as an exemplar organisation for public sector audit. This is a unique opportunity to work with us to develop a solution for our requirements that is also likely to be valuable to other external audit organisations.

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: £7,680,834.75

two.2) Description

two.2.2) Additional CPV code(s)

  • 72266000 - Software consultancy services
  • 72260000 - Software-related services
  • 72227000 - Software integration consultancy services
  • 72222300 - Information technology services
  • 72220000 - Systems and technical consultancy services
  • 72212219 - Miscellaneous networking software development services
  • 72200000 - Software programming and consultancy services
  • 72600000 - Computer support and consultancy services
  • 48900000 - Miscellaneous software package and computer systems
  • 48780000 - System, storage and content management software package
  • 48200000 - Networking, Internet and intranet software package
  • 48170000 - Compliance software package
  • 48000000 - Software package and information systems
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72416000 - Application service providers
  • 72230000 - Custom software development services
  • 48311100 - Document management system
  • 48311000 - Document management software package
  • 48100000 - Industry specific software package

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

The NAO is the UK’s independent public spending watchdog. It supports Parliament in holding government to account and helps improve public services through high-quality audits. The NAO is transforming how it undertakes financial audits. It has set out a programme to improve the quality and efficiency NAO audits, and to meet the requirements of the revised ISA (UK) 315 standard. Solution proposals of all types are welcomed. The best solution to meet the requirements could be based on an existing software product, or configuration of a platform, or a development of separate components. The key steps in the audit workflow are predefined. The path through them is defined by analysis of the audited organisation’s financial data, and by the risks identified in each step. The workflow for each audit can therefore change during the process.Through the long-term engagement, the selected partner will operate the solution, and work with the NAO develop it further to meet future requirements.

two.2.5) Award criteria

Quality criterion - Name: Overview / Weighting: 1%

Quality criterion - Name: Cross Functional System Capabilities / Weighting: 13%

Quality criterion - Name: Cross Functional End User Capabilities / Weighting: 10%

Quality criterion - Name: Methodology / Weighting: 7%

Quality criterion - Name: Audit Set-up / Weighting: 3%

Quality criterion - Name: Audit Planning / Weighting: 9%

Quality criterion - Name: Fieldwork / Weighting: 7%

Quality criterion - Name: Audit Completion / Weighting: 3%

Quality criterion - Name: Audit Follow up / Weighting: 3%

Quality criterion - Name: Quality Assurance / Weighting: 5%

Quality criterion - Name: Implementation / Weighting: 4%

Quality criterion - Name: Development / Weighting: 2%

Quality criterion - Name: Service Management / Weighting: 3%

Quality criterion - Name: Social Value / Weighting: 10%

Quality criterion - Name: Price Quality / Weighting: 10%

Cost criterion - Name: Price / Weighting: 10%

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

two.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7A6FCM8855


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

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: 2020/S 249-622747


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2022

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Tisski Limited

Hilltop House, 302 Ringinglow Road

Sheffield

S11 7PX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

07751400

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £7,680,834.75


Section six. Complementary information

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=674625553

GO Reference: GO-2022315-PRO-19798435

six.4) Procedures for review

six.4.1) Review body

The National Audit Office

157 - 197 Buckingham Palace Road, Victoria, London

London

SW1W 9SP

Country

United Kingdom