Contract notice

Information

Published

Expire date: 06/09/2024

External Reference: 2024-558669

FTS Reference: 2024-023668

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Hyde Housing Association Ltd
IP18195R
30 Park Street
London
SE1 9EQ
UK
Contact person: Sanja Topalovic
Telephone: +44 2070892690
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=84183&B=HYDE-HOUSING
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Financial Advisory Services Framework
II.1.2)

Main CPV code

66171000  -  Financial consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

It is Hyde’s intention to create a framework agreement for the supply of financial advisory services. The framework is intended to cover a wide range of financial advisory services including General Finance, Tax Advisory, Treasury Management and Real Estate Financial Analysis and Strategic Asset Advisory.
II.1.5)

Estimated total value

Value excluding VAT: 360000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Financial Advisory Services Framework
Lot No:  1
II.2.2)

Additional CPV code(s)

66000000  -  Financial and insurance services
66121000  -  Mergers and acquisition services
66122000  -  Corporate finance and venture capital services
66600000  -  Treasury services
71241000  -  Feasibility study, advisory service, analysis
71242000  -  Project and design preparation, estimation of costs
71244000  -  Calculation of costs, monitoring of costs
72221000  -  Business analysis consultancy services
72224000  -  Project management consultancy services
79200000  -  Accounting, auditing and fiscal services
79211200  -  Compilation of financial statements services
79212500  -  Accounting review services
79220000  -  Fiscal services
79221000  -  Tax consultancy services
79222000  -  Tax-return preparation services
79311410  -  Economic impact assessment
79314000  -  Feasibility study
79410000  -  Business and management consultancy services
79411100  -  Business development consultancy services
79412000  -  Financial management consultancy services
79419000  -  Evaluation consultancy services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

It is Hyde’s intention to create a framework agreement for the supply of financial advisory services. The framework is intended to cover a wide range of financial advisory services including General Finance, Tax Advisory, Treasury Management and Real Estate Financial Analysis and Strategic Asset Advisory.
Framework Lots:
Lot 1 - General Finance
• Statutory reporting.
• Financial procedures and processes.
• Accounting / legislation advice.
• Activity based costing / benchmarking.
• Funding applications and grants.
• Forecasting and budgeting.
• Management accounts and reporting.
• Subsidiary reporting.
• Project accounting / reporting.
• Actuarial science advisory.
Lot 2 - Tax Advisory
• Assistance with tax queries including VAT, SDLT (Stamp Duty Land Tax), CIS (Construction Industry Scheme), employment tax.
• Corporate Tax compliance and advisory including relief claims, CIR, charity exemption etc.
• Assistance with Charity law queries and compliance for new business activity - whether the new activities and new income streams are charitable activities therefore exempted from corporation tax or not, including risk of non-compliance and mitigation.
• Tax advice on new and existing development schemes.
• Advice on tax efficient structuring (incl. group structure, establishing new entities, financing etc.)
• Review of statutory tax computations and returns as required (including CT and VAT returns)
• Assistance with responding to HMRC enquiries and/or making disclosures to HMRC as required.
• Assistance with disputes and litigation with HMRC.
Lot 3 - Treasury Management
• Codes of practice.
• Debt management.
• External loan portfolio.
• Investment reviews and strategies.
• Market conditions.
• Treasury management risk.
• Funding management.
Lot 4 - Real Estate Financial Analysis and Strategic Asset Advisory
• Accounting and Financial analysis with a counter-party credit risk management emphasis (with particular attention to contracting partners on developments).
• Assistance with financial modelling, particularly external reviews and integrity checks on financial models.
• Financial and/or tax due diligence on corporate structures in an acquisitions’ context.
• Evaluation of risks.
• Financial modelling and model reviews.
• Financial reviews, evaluations and feasibility studies.
• Financial analysis and reporting.
• Transaction Analysis with specific consideration for public sector perspectives (Local and Central Government).
• Benchmarking.
• Financial and Economic analysis of real options in respect of development and investment opportunities.
• Real estate / asset valuations.
• Transaction support on portfolio disposals.
• Analysing and providing advisory services to optimise real estate portfolios.
• Financial modelling (build and support).
• Demographic modelling.
• Data science advisory.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 360000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

The Framework Value of £360,000,000 does not relate to the contract value. The Framework Value is a nominal amount to provide sufficient scope for framework usage by other public sector bodies during the 4 year framework term.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Refer to tender documents.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Refer to tender documents.
Minimum level(s) of standards possibly required:  
Refer to tender documents.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Refer to tender documents.
Minimum level(s) of standards possibly required:  
Refer to tender documents.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Refer to tender documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  10
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2019/S 211-517049
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  04/09/2024
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  04/09/2024
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
4 years
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
London
WC2A 2LL
UK
Telephone: +44 2079477772