Future opportunity

Corporate finance services three (CFS3)

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F01: Prior information notice (prior information only)

Notice reference: 2023/S 000-023323

Published 10 August 2023, 9:59am



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Other type

HM Treasury

one.5) Main activity

Other activity

Public Procurement


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Corporate finance services three (CFS3)

two.1.2) Main CPV code

  • 66122000 - Corporate finance and venture capital services

two.1.3) Type of contract

Services

two.1.4) Short description

HM Treasury (HMT) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of corporate finance services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations.

The commercial solution at this stage will consist of 3 lots

General corporate finance advice, separate to any transaction execution

Advice on and execution of specific corporate transactions (typically referred to as mergers and acquisitions, or M&A)

Advice on and execution of specific equity or equity related capital markets transactions (typically referred to as equity capital markets, or ECM)

Advice on and execution of specific debt capital markets transactions (typically referred to as debt capital markets, or DCM)

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Corporate Finance Advisory Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 66170000 - Financial consultancy, financial transaction processing and clearing-house services
  • 66171000 - Financial consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The lot is to provide advisory services related to the corporate finance requirements of public sector organisations.

two.2) Description

two.2.1) Title

Mergers and Acquisition Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 66121000 - Mergers and acquisition services
  • 66130000 - Brokerage and related securities and commodities services
  • 66131000 - Security brokerage services
  • 66172000 - Financial transaction processing and clearing-house services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To provide public sector customers including HM Treasury an efficient and agile route to market for the delivery of transactional corporate finance services. Services will include the buying and selling of financial instruments on behalf on the public sector.

two.2) Description

two.2.1) Title

Equity and Debt Execution Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 66130000 - Brokerage and related securities and commodities services
  • 66131000 - Security brokerage services
  • 66170000 - Financial consultancy, financial transaction processing and clearing-house services
  • 66171000 - Financial consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Advice on and execution of specific capital-markets transactions (typically referred to as equity capital markets ECM) and/or debt capital markets (DCM).

two.3) Estimated date of publication of contract notice

1 May 2024


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

This Prior Information Notice is to signal an intention to commence market engagement with those within the financial market.

Crown Commercial Service intends to hold market engagement sessions during September and October 2023 with suppliers interested in potentially bidding for the resulting framework contract. If you are interested in attending a market engagement session please express your interest by emailing commercial@hmtreasury.gov.uk no later than midday on Friday 8th September 2023. Further details will be provided to you.

Your email must clearly state: the name of your organisation, and contact details for the individual(s) who will participating in the market engagement.

Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk.

Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

The value in II.1.5 is an indicative value over 4 years

The date in II.3) is the estimated date of publication, please monitor Find A Tender Service for the publication of the contract notice.

The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.

To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials certified for the services under and in connection with the procurement.

The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Scheme for services under and in connection with this procurement.

The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the “Security Requirement and Plan” schedule , to meet the requirements. This will be released at the ITT stage.