Award

INTERNAL AUDIT SERVICES

GAMBLING COMMISSION

This public procurement record has 2 releases in its history.

AwardUpdate

10 Apr 2019 at 14:16

AwardUpdate

01 Apr 2019 at 09:58

Summary of the contracting process

The Gambling Commission is currently seeking providers for "Internal Audit Services" through a selective procurement process, following a tendering method under the framework agreement RM3745. This procurement falls under the category of business services, specifically within law, marketing, consulting, recruitment, printing, and security sectors. The contract period is set to begin on 1st April 2019 and run until 30th March 2022, with a total contract value of £100,000. The tender period concluded on 3rd December 2018, and the procurement is in the award stage as of 1st January 2019.

This tender presents significant opportunities for businesses specialising in internal audit services, particularly those with expertise in risk management and governance frameworks. Companies with capabilities in operational audits, ICT security, forensic accounting, and transformation consulting would be well-suited to compete for this contract. Overall, this procurement offers a chance for firms to engage with a major regulatory body, potentially enhancing their track record and securing valuable experience in public sector compliance and governance initiatives.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

INTERNAL AUDIT SERVICES

Notice Description

Legislation is currently being considered by Parliament for the transfer of horse racing betting levy collection from The Horse Race Betting Levy Board to the Commission. This is an entirely new segment of operation and will involve the collection of circa PS100m per annum from operators based in the UK and overseas. Strong systems of corporate governance are therefore vital. The provision of an independent, risk based internal audit service forms an essential part of these arrangements, and will be achieved through: * Agreeing an annual internal audit programme with the Accounting Officer, the Executive and Audit & Risk Committee that reflects areas of significant risk, and appropriate governance arrangements; * Undertaking reviews as per the agreed plan and reporting the results of each review to management and the Audit & Risk Committee. We would expect this plan to be proportionate, weighted towards operational audits that add value to the Commission, but with adequate focus on cyclical review of core controls to support the annual internal audit opinion. * Agreeing with management recommendations for improvement and an agreed action plan. * Providing examples of best practice and, where appropriate, benchmarking performance against other comparable organisations when providing reports to management and the Audit & Risk Committee. * Providing quarterly reports to the Audit & Risk Committee on progress against agreed audit plan. * Issuing an annual internal audit report and opinion on the adequacy of risk management, governance and internal control frameworks. A thorough review of these frameworks is underway, with a comprehensive risk, governance and internal control framework due to be established, in line with Managing Public Money, by the end of 2018/19. We would therefore expect internal audit focus and reliance to be placed on the adequacy of these internal control frameworks, rather than comprehensive testing of systems and documentation. * Attending all Audit & Risk Committee meetings to provide an overview of work performed to date, including details of any significant observations arising and an update on progress against audit plan. * Liaising with external auditors to ensure that NAO / KPMG are aware of significant findings from the internal audit programme. * Attending Audit & Risk Committee to provide independent assurance that risks are being considered. * Undertaking operational audits with the appropriate levels of specialist input to support report recommendations and observations. This could include (but not be restricted to) ICT/Digital/Cyber specialisms, forensic accounting, change/transformation advice and information management/security. The internal audit services provider will also be required to carry out their work in accordance with: * Public Sector Internal Audit Standards. * FRC guidance for Boards and Board Committees. The size and range of internal audit provision, along with the number of audit days re

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-b0953bd0-76c0-419d-a8ab-a8ef4c07dee6
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/1303e868-3152-49b5-ad1c-466cf92cb13b
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Call-off from a framework agreement
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79000000 - Business services: law, marketing, consulting, recruitment, printing and security

Notice Value(s)

Tender Value
£50,830 Under £100K
Lots Value
Not specified
Awards Value
£200,000 £100K-£500K
Contracts Value
Not specified

Notice Dates

Publication Date
10 Apr 20196 years ago
Submission Deadline
3 Dec 2018Expired
Future Notice Date
Not specified
Award Date
10 Jan 20197 years ago
Contract Period
31 Mar 2019 - 30 Mar 2022 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GAMBLING COMMISSION
Contact Name
Darren Jacobs
Contact Email
djacobs@gamblingcommission.gov.uk
Contact Phone
0121 237 5922

Buyer Location

Locality
BIRMINGHAM
Postcode
B2 4BP
Post Town
Birmingham
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG3 West Midlands
Small Region (ITL 3)
TLG31 Birmingham
Delivery Location
Not specified

Local Authority
Birmingham
Electoral Ward
Ladywood
Westminster Constituency
Birmingham Ladywood

Supplier Information

Number of Suppliers
1
Supplier Name

PRICE WATERHOUSE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-b0953bd0-76c0-419d-a8ab-a8ef4c07dee6-2019-04-10T15:16:44+01:00",
    "date": "2019-04-10T15:16:44+01:00",
    "ocid": "ocds-b5fd17-b0953bd0-76c0-419d-a8ab-a8ef4c07dee6",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CNN402 - RM3745",
        "title": "INTERNAL AUDIT SERVICES",
        "description": "Legislation is currently being considered by Parliament for the transfer of horse racing betting levy collection from The Horse Race Betting Levy Board to the Commission. This is an entirely new segment of operation and will involve the collection of circa PS100m per annum from operators based in the UK and overseas. Strong systems of corporate governance are therefore vital. The provision of an independent, risk based internal audit service forms an essential part of these arrangements, and will be achieved through: * Agreeing an annual internal audit programme with the Accounting Officer, the Executive and Audit & Risk Committee that reflects areas of significant risk, and appropriate governance arrangements; * Undertaking reviews as per the agreed plan and reporting the results of each review to management and the Audit & Risk Committee. We would expect this plan to be proportionate, weighted towards operational audits that add value to the Commission, but with adequate focus on cyclical review of core controls to support the annual internal audit opinion. * Agreeing with management recommendations for improvement and an agreed action plan. * Providing examples of best practice and, where appropriate, benchmarking performance against other comparable organisations when providing reports to management and the Audit & Risk Committee. * Providing quarterly reports to the Audit & Risk Committee on progress against agreed audit plan. * Issuing an annual internal audit report and opinion on the adequacy of risk management, governance and internal control frameworks. A thorough review of these frameworks is underway, with a comprehensive risk, governance and internal control framework due to be established, in line with Managing Public Money, by the end of 2018/19. We would therefore expect internal audit focus and reliance to be placed on the adequacy of these internal control frameworks, rather than comprehensive testing of systems and documentation. * Attending all Audit & Risk Committee meetings to provide an overview of work performed to date, including details of any significant observations arising and an update on progress against audit plan. * Liaising with external auditors to ensure that NAO / KPMG are aware of significant findings from the internal audit programme. * Attending Audit & Risk Committee to provide independent assurance that risks are being considered. * Undertaking operational audits with the appropriate levels of specialist input to support report recommendations and observations. This could include (but not be restricted to) ICT/Digital/Cyber specialisms, forensic accounting, change/transformation advice and information management/security. The internal audit services provider will also be required to carry out their work in accordance with: * Public Sector Internal Audit Standards. * FRC guidance for Boards and Board Committees. The size and range of internal audit provision, along with the number of audit days re",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79000000",
            "description": "Business services: law, marketing, consulting, recruitment, printing and security"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 50830,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2018-12-03T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2019-04-01T00:00:00+01:00",
            "endDate": "2022-03-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-GOR-PB169",
            "name": "Gambling Commission",
            "identifier": {
                "legalName": "Gambling Commission",
                "scheme": "GB-GOR",
                "id": "PB169"
            },
            "address": {
                "streetAddress": "4th Floor, Victoria Square House Victoria Square",
                "locality": "Birmingham",
                "postalCode": "B24BP",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Darren Jacobs",
                "email": "djacobs@gamblingcommission.gov.uk",
                "telephone": "0121 237 5922"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-112527",
            "name": "PRICE WATERHOUSE",
            "identifier": {
                "legalName": "PRICE WATERHOUSE"
            },
            "address": {
                "streetAddress": "PricewaterhouseCoopers LLP Cornwall Court, 19 Cornwall Street, Birmingham B3 2DT"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-GOR-PB169",
        "name": "Gambling Commission"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-b0953bd0-76c0-419d-a8ab-a8ef4c07dee6-1",
            "status": "active",
            "date": "2019-01-10T00:00:00Z",
            "datePublished": "2019-04-10T15:16:44+01:00",
            "value": {
                "amount": 200000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-112527",
                    "name": "PRICE WATERHOUSE"
                }
            ],
            "contractPeriod": {
                "startDate": "2019-04-01T00:00:00+01:00",
                "endDate": "2022-03-30T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/1303e868-3152-49b5-ad1c-466cf92cb13b",
                    "datePublished": "2019-04-10T15:16:44+01:00",
                    "dateModified": "2019-04-10T15:16:44+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "awardNotice",
                    "description": "AWARD LETTER - PWC",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/b40c004a-daaf-4d33-91cc-a1f13290a87f",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                }
            ]
        }
    ]
}