Audit Assurance Services (AAS) Framework

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£500M
Sector
BUSINESS
Published
01 Feb 2021
Delivery
To 23 Feb 2028 (est.)
Deadline
12 Mar 2021 12:00

Concepts

Location

Liverpool

Geochart for 2 buyers and 0 suppliers

Description

Audit Assurance Services (RM6188) is a multi-lot framework agreement available for use by UK public sector bodies and future successor organisations, which includes central government departments and their arm’s length bodies and agencies, the wider public sector and third sector including, but not limited to, local government, health, education, police, fire and rescue, housing associations and charities. Services will be delivered primarily within the United Kingdom, with some limited requirements overseas. This framework agreement will replace Lot 3 of Management Consultancy Framework (RM3745). Please note that this procurement is for audit and assurance services and not management consultancy or contingent labour.

Lot Division

1 Internal Audit Assurance
  • Value: £150M

Provision of services relating to all aspects of internal audit to provide independent and objective assurance and consulting activity on the effectiveness of governance, risk management and controls in line with public sector internal audit standards and other Standards. Core internal audit services ● Assurance on governance, risk management and controls including but not limited to IT, finance, commercial, human resources, facilities management, policy development and operations ● Advice and guidance on internal audit ● Benchmarking and quality assurance review of internal audit performance including external quality assessment ● Development of internal audit strategy and methodologies ● Outsourced, co-sourced or one-off internal audit services Specialist internal audit capabilities ● Specialist - Commercial ● Specialist - Programme and project management ● Specialist - Finance including treasury management ● Specialist - Human resources ● Specialist - Counter-fraud and investigation ● Specialist - Digital data and technology including but not limited to blockchain, cyber security, artificial intelligence and machine learning ● Specialist - Grants

2 External Audit
  • Value: £150M

Provision of services relating to all aspects of external audits including inspecting documents, re-performing calculations and reviewing and reporting on controls and systems. Statutory audits requested by grant providers are included. ● External statutory audit ● External audit including but not limited to financial statements ● Grant audits and certification ● NHS audits including but not limited to external assurance on quality reports

3 Counter-Fraud Investigation
  • Value: £100M

Provision of services relating to proactive counter-fraud work and reactive investigation including forensics. Proactive counter-fraud services ● Advice on and/or assessment of fraud, bribery and corruption awareness training and changes to legislation, policies and regulations ● Advice on and/or assessment of fraud risk plan and support in improving fraud, bribery and corruption risk management and fraud risk identification ● Advice on and/or assessment of fraud, bribery and corruption prevention and detection strategy including fraud response plan ● Advice on and/or assessment of whistleblowing, gifts and hospitality and conflicts of interest policies and procedures, and other routes for reporting suspected fraud ● Advice/assessment and/or delivery of proactive testing and compliance activity in key risk areas ● Advice on fraud loss including prevention estimation methodologies ● Use of technology including but not limited to data analytics to support the delivery of proactive counter-fraud services including fraud prevention and detection Reactive investigation capabilities ● Corporate intelligence techniques ● Financial irregularity investigations ● Investigation of non-financial irregularities, including but not limited to, regulatory breaches and misconduct ● Investigation of suspected fraud, bribery or corruption allegations made through all established reporting routes, including whistleblowers and digital analytics ● Forensic extraction and review of structured digital evidence including but not limited to email data ● Forensic extraction and review of unstructured digital evidence including but not limited to social media postings and data held in audio and video formats ● Support with the delivery of criminal investigations in line with investigatory legal powers, including the Criminal Procedures and Investigations Act and the Police and Criminal Evidence Act ● Expert witness services including but not limited to offering the services of individuals who have previously acted as an expert witness ● Use of data analytical technology tools and techniques to investigate fraud ● Upskilling of new technology and techniques of fraud detection and prevention

4 Other Independent Assurance
  • Value: £100M

Provision of services relating to assurance over aspects of organisational, operational and programme performance, benefitting from objective examination and assessment. ● Advice on and assurance over non-financial information including but not limited to strategy, risk and corporate governance ● Advice on and assurance over KPIs including but not limited to environmental, sustainability and workforce reporting ● Compliance monitoring and risk management ● Grant funding assurance including but not limited to programme reviews and impact assessments ● Independent assurance reviews including special purpose reviews and investigations ● Regulatory reporting ● Service auditor reports including but not limited to international standard on assurance engagements (ISAE) 3402 standards ● Social responsibility including but not limited to modern slavery audits ● Third party risk management including but not limited to supply chain and contract assurance ● Well led governance reviews ● Workforce audit services including but not limited to temporary, fixed term or permanent staffing (clinical and non-clinical

Award Criteria

Quality 70.0
PRICE 30.0

CPV Codes

  • 79212000 - Auditing services
  • 72224200 - System quality assurance planning services
  • 72225000 - System quality assurance assessment and review services
  • 72810000 - Computer audit services
  • 75211200 - Foreign economic-aid-related services
  • 79200000 - Accounting, auditing and fiscal services
  • 79210000 - Accounting and auditing services
  • 79212100 - Financial auditing services
  • 79212110 - Corporate governance rating services
  • 79212200 - Internal audit services
  • 79313000 - Performance review services
  • 66113000 - Credit granting services
  • 66113100 - Micro-credit granting services
  • 66151000 - Financial market operational services
  • 66152000 - Financial market regulatory services
  • 79212300 - Statutory audit services
  • 79212500 - Accounting review services
  • 79311410 - Economic impact assessment
  • 79212400 - Fraud audit services
  • 90714000 - Environmental auditing
  • 90714200 - Corporate environmental auditing services
  • 90714300 - Sectoral environmental auditing services
  • 90714400 - Activity specific environmental auditing services

Indicators

  • Restrictions apply to the lot award allocation.
  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • Renewals are not available.
  • Professional qualifications are sought.
  • Award on basis of price.

Other Information

Please note that a Social Value question will account for 10% of the overall score weighting. As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/8de5c854-a5b8-4c65-be10-9e28ff... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. PLEASE NOTE: All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME. On 30 June 2021, any certificate issued under the old scheme will expire. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this Framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position, for each Lot. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Reference

Domains