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://www.gov.uk/government/organisations/department-for-energy-security-and-net-zero
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://beisgroup.ukp.app.jaggaer.com/go/088750560193450A2C5E
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://beisgroup.ukp.app.jaggaer.com/go/088750560193450A2C5E
Tenders or requests to participate must be submitted to the above-mentioned address
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 notice is to alert bidders to a call for competition for the DESNZ; ECO4 Fraud and Error Assurance.
The specification and tender documents are published on the DESNZ Jaggaer portal https://beisgroup.ukp.app.jaggaer.com/go/088750560193450A2C5E
The maximum value and length for this contract is £495,000 exc VAT over 5 months. However, bidders are encouraged to highlight where efficiencies in time and cost can be made in their bid.
DESNZ is seeking to commission a comprehensive review of fraud and error risks in ECO4, and of 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 will be expected to provide all the necessary resource and capability, and have sufficient capacity to manage the work required including, but not limited, to the following key areas:
• 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.1.5) Estimated total value
Value excluding VAT: £495,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
A detailed description of the nature and quantity of these works can be found in the Specification and Tender Documents - https://beisgroup.ukp.app.jaggaer.com/go/088750560193450A2C5E
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £495,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
5
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
4 December 2024
Local time
5:00pm
Changed to:
Date
10 December 2024
Local time
5:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 2 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 November 2024
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review
London
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom