Section one: Contracting authority
one.1) Name and addresses
A2Dominion Housing Group Limited
The Point, 37 North Wharf Road
London
W2 1BD
Contact
Mr Franklin Hutchinson
franklin.hutchinson@a2dominion.co.uk
Telephone
+44 2088252811
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Treasury Advisory Services (PC22_004)
Reference number
PC22_004
two.1.2) Main CPV code
- 66600000 - Treasury services
two.1.3) Type of contract
Services
two.1.4) Short description
A2Dominion is seeking the services of suitably qualified, experienced, and knowledgeable Service Providers to support the in-house Treasury function with sound market advice and support in a range of financial matters.
This opportunity is split into 2 Lots.
Lot 1: Retained Service
• Information & Updates – regular engagement meetings and telephone support, plus daily market data, monthly counterparty credit ratings, monthly market analysis reports, valuations for standalone/embedded swaps, business planning assumption reports and any other ad hoc treasury market information and updates
• Policy and Strategy – review of policies, strategies, and annual treasury report
• Hedging Strategies – advisory service, benchmarking, and support
• Financing/Re-financing – analysis, advice, identifying opportunities
• Management – support, advice, and guidance for managing stakeholders, investors, board etc.
• Treasury – general treasury advice
• Business Plan Model Assurance – Assurance on economic assumptions, stress testing best practice
Lot 2: Framework for specialist treasury advice
• Alternative Capital Structures,
• Funding & Refinancing Strategies, advice & analysis
• Restructuring of existing loan portfolio advice
• Hedging Strategies and hedging execution
• Mergers & Acquisitions – advice & due diligence work,
• Private Placement Arranger and Advisor,
• Public Bond Issuance Arranger & Advisor
• Bank Finance - Arranger,
• Covenant / Debt Restructuring (could be under M&A and Restructuring),
• Capacity Analysis
• ESG Financing Framework
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Retained Treasury Advice Service
Lot No
1
two.2.2) Additional CPV code(s)
- 66600000 - Treasury services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
• Information & Updates – regular engagement meetings and telephone support, plus daily market data, monthly counterparty credit ratings, monthly market analysis reports, valuations for standalone/embedded swaps, business planning assumption reports and any other ad hoc treasury market information and updates
• Policy and Strategy – review of policies, strategies, and annual treasury report
• Hedging Strategies – advisory service, benchmarking, and support
• Financing/Re-financing – analysis, advice, identifying opportunities
• Management – support, advice, and guidance for managing stakeholders, investors, board etc.
• Treasury – general treasury advice
• Business Plan Model Assurance – Assurance on economic assumptions, stress testing best practice
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Optional extensions based on performance and ongoing need for the service.
The Contract(s) with the successful Service Provider(s) will each last for an initial period of 3 year(s), with up to 2 extension(s) of up to 1 year(s) each at A2D’s sole discretion, giving a total potential term of 5 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
This Lot will only be awarded to 1 provider and shall run as an individual contract, not as part of the Framework Agreement.
two.2) Description
two.2.1) Title
Framework for Specialist Treasury Advice
Lot No
2
two.2.2) Additional CPV code(s)
- 66600000 - Treasury services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
• Alternative Capital Structures,
• Funding & Refinancing Strategies, advice & analysis
• Restructuring of existing loan portfolio advice
• Hedging Strategies and hedging execution
• Mergers & Acquisitions – advice & due diligence work,
• Private Placement Arranger and Advisor,
• Public Bond Issuance Arranger & Advisor
• Bank Finance - Arranger,
• Covenant / Debt Restructuring (could be under M&A and Restructuring),
• Capacity Analysis
• ESG Financing Framework
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Optional extensions based on performance and ongoing need for the service.
The Contract(s) with the successful Service Provider(s) will each last for an initial period of 3 year(s), with up to 2 extension(s) of up to 1 year(s) each at A2D’s sole discretion, giving a total potential term of 5 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Up to 6 organisations will appointed to the Framework.
The total value has a range of £0-£500,000.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
FCA Registered
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
three.2.2) Contract performance conditions
KPI-Linked requirements. Detailed within the Procurement Documents.
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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: 6
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The rationale for having a Framework last up to 5 years is the uncertainty concerning the amount of work which will be made available under the Framework. As such, should a low level of spend be awarded within the first 4 years, then the final option to extend will be applied to provide value back to tendering organisations.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 May 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 May 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Upon expiration or termination of the previous contract.
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
London
Country
United Kingdom