NAO Case Management Solution for Financial Audits

Award

Value

£7,680,835

Suppliers

Classifications

  • IT services: consulting, software development, Internet and support
  • Software consultancy services
  • Software-related services
  • Software integration consultancy services
  • Information technology services
  • Systems and technical consultancy services
  • Miscellaneous networking software development services
  • Software programming and consultancy services
  • Computer support and consultancy services
  • Miscellaneous software package and computer systems
  • System, storage and content management software package
  • Networking, Internet and intranet software package
  • Compliance software package
  • Software package and information systems
  • Application service providers
  • Custom software development services
  • Document management system
  • Document management software package
  • Industry specific software package

Tags

  • award
  • contract

Published

3 years ago

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.

Similar Contracts

Open

MHCLG Augmented Planning Decisions

The Authority seeks to develop a planning tool that enables AI-augmented decision making for planning applications. The initial focus will be on householder developments (as defined in Town and Country Planning (Development Management Procedure) (England) Order 2015) with a view to expand into further application types within the ‘other*’ category (those not classified as Major or Minor) which represent 69% of all planning applications. *“Other applications” are: advertisements, change of use, householder developments, listed building consents and relevant demolition in a conservation area. Also available at “View PS2 data” and the drop down ”Other” available at: https://app.powerbi.com/view?r=eyJrIjoiMDQ1MmRlMjEtMThlMy00MWIxLThmNTEtMzU4M2I5ODNmYTJlIiwidCI6ImJmMzQ2ODEwLTljN2QtNDNkZS1hODcyLTI0YTJlZjM5OTVhOCJ9 The objective is to dramatically reduce planning application processing times initially targeting a reduction from upwards of 8 weeks to circa 4 weeks, with a long-term vision of near-instant decisions for straightforward applications. All reduction targets do not include elements that solutions cannot be expected to affect i.e. statutory 21-day consultation periods, site visits, neighbour notifications, external consultee responses, and committee scheduling. Proposals will need to demonstrate understanding of the relevant parts of the planning process including administrative processes (e.g. policy research, citation generation, report generation) as well as analytical processes (e.g. material considerations identification, policy compliance assessment, planning balance evaluation, decision reasoning). Solutions should be designed to assist planning officers with the above processes and provide reasoned, verifiable recommendations for decisions. Solutions must be integrated with existing planning systems. As part of the Invitation to Tender (ITT) stage, bidders will be required to participate in a two-week demo build (unpaid) to each develop a working prototype which will be evaluated at "Demo Day". This will take the form of a presentation of the prototype, and this will be evaluated in accordance with the process and award criteria set out in the ITT. During the contract, the service recipients (i.e. those that will use the solution) may include: DSIT MHCLG Local Planning Authorities (317 LPAs) Planning Inspectorate Devolved Administrations Combined Authorities (mayoral authorities with planning powers) National Parks Authorities (separate planning authorities) Broads Authority (special planning authority)

Katy Reed

Published 9 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

NAO Central Procurement Team

[email protected]

+44 2077987699

Timeline complete

Publish
Bid
Evaluate
Award
Complete