Tender

Treasury Advisory Services (PC22_004)

  • A2Dominion Housing Group Limited

F02: Contract notice

Notice identifier: 2023/S 000-010894

Procurement identifier (OCID): ocds-h6vhtk-03bf06

Published 17 April 2023, 9:36am



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

Email

franklin.hutchinson@a2dominion.co.uk

Telephone

+44 2088252811

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

http://www.a2dominion.co.uk

Buyer's address

http://www.a2dominion.co.uk

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