UK-London: Financial consultancy services.

UK-London: Financial consultancy services.
Section I: Contracting Authority
I.1) Name and addresses
Hyde Housing Association
30 Park Street, London, SE1 9EQ, United Kingdom
Tel. +44 2073785054, Email: Violetta.Zalewska@hyde-housing.co.uk
Contact: Violetta Zalewska
Main Address: https://www.hyde-housing.co.uk/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://hyde.delta-esourcing.com/respond/58GW2M86XM
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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
Reference Number: Not provided
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, financial analysis and real estate and strategic asset advisory.
II.1.5) Estimated total value:
Value excluding VAT: 75,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: General Finance
Lot No: 1
II.2.2) Additional CPV codes:
66171000 - Financial consultancy services.
71241000 - Feasibility study, advisory service, analysis.
71242000 - Project and design preparation, estimation of costs.
71244000 - Calculation of costs, monitoring of costs.
72224000 - Project management consultancy services.
79200000 - Accounting, auditing and fiscal services.
79211200 - Compilation of financial statements services.
79212500 - Accounting review services.
79220000 - Fiscal services.
79311410 - Economic impact assessment.
79314000 - Feasibility study.
79410000 - Business and management consultancy services.
79411100 - Business-development consultancy services.
79412000 - Financial management consultancy services.
72221000 - Business analysis consultancy services.
66121000 - Mergers and acquisition services.
66122000 - Corporate finance and venture capital services.
66600000 - Treasury services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: General Finance Lot is intended to cover a wide range of services including, but not limited to: 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; and Project accounting / reporting.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Qualitative / Weighting: 70

Cost criterion - Name: Commercial / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 15,000,000
Currency: 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
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2

II.2.1) Title: Tax Advisory
Lot No: 2
II.2.2) Additional CPV codes:
79221000 - Tax consultancy services.
79412000 - Financial management consultancy services.
66600000 - Treasury services.
66171000 - Financial consultancy services.
79200000 - Accounting, auditing and fiscal services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: This lot is intended to cover a wide range of financial advisory services including, but not limited to: General VAT; Corporate Tax; Stamp Duty;
Employment tax; CIS (Construction Industry Scheme); Tax advice on developments including reviewing scheme appraisals and responding to queries on existing development; Advice on tax efficient structuring; Review of statutory tax computations and returns as required; and Assistance with responding to HMRC inquiries and/or making disclosures to HMRC as required.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Qualitative / Weighting: 70

Price - Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 15,000,000
Currency: 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
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3

II.2.1) Title: Treasury Management
Lot No: 3
II.2.2) Additional CPV codes:
66600000 - Treasury services.
66000000 - Financial and insurance services.
66171000 - Financial consultancy services.
79200000 - Accounting, auditing and fiscal services.
79412000 - Financial management consultancy services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: This Lot is intended to cover a wide range of financial advisory services including, but not limited to: Codes of practice; Debt management; External loan portfolio; Investment reviews and strategies; Market conditions; Treasury management risk; and Funding management.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Qualitative / Weighting: 70

Cost criterion - Name: Commercial / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 15,000,000
Currency: 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
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 4

II.2.1) Title: Financial Analysis
Lot No: 4
II.2.2) Additional CPV codes:
66122000 - Corporate finance and venture capital services.
66000000 - Financial and insurance services.
66121000 - Mergers and acquisition services.
66171000 - Financial consultancy 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.
79212500 - Accounting review 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:
UK UNITED KINGDOM

II.2.4) Description of procurement: This Lot is intended to cover a wide range of financial advisory services including, but not limited to: Accounting and financial analysis with a credit emphasis; 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; Benchmarking; Economic analysis; and Financial options
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Qualitative / Weighting: 70

Cost criterion - Name: Commercial / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 15,000,000
Currency: 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
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 5

II.2.1) Title: Real Estate and Strategic Asset Advisory
Lot No: 5
II.2.2) Additional CPV codes:
70000000 - Real estate services.
66000000 - Financial and insurance services.
66121000 - Mergers and acquisition services.
66122000 - Corporate finance and venture capital services.
66171000 - Financial consultancy 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.
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:
UK UNITED KINGDOM

II.2.4) Description of procurement: This Lot is intended to cover a wide range of financial advisory services including, but not limited to: Real estate valuations; Transaction support on portfolio disposals; Analysing and providing advisory services to optimise real estate portfolios; Financial modelling (build and support); Demographic modelling; Actuarial science advisory; and Data science advisory.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Qualitative / Weighting: 70

Cost criterion - Name: Commercial / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 15,000,000
Currency: 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
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided


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:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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 OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 02/12/2019 Time: 17:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6

IV.2.7) Conditions for opening of tenders:
Date: 02/12/2019
Time: 17:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Hyde wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations): a full list of potential contracting authorities can be found here under the most recent file: https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide


The following public bodies may also use the Framework Agreement:
http://www.wales.com/study/universities-wales
http://gov.wales/topics/improvingservices/devolution-democracy-delivery/register-of-public-bodies/?lang=en
https://www.executiveoffice-ni.gov.uk/publications/public-bodies-and-public-appointments-annual-report-201415
http://www.gov.scot/Topics/Government/public-bodies/about/Bodies
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://hyde.delta-esourcing.com/tenders/UK-UK-London:-Financial-consultancy-services./58GW2M86XM

To respond to this opportunity, please click here:
https://hyde.delta-esourcing.com/respond/58GW2M86XM
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 28/10/2019

Annex A