Section one: Contracting authority
one.1) Name and addresses
Hyde Housing Association Ltd
30 Park Street
London
SE1 9EQ
Contact
Sanja Topalovic
Sanja.Topalovic@hyde-housing.co.uk
Telephone
+44 2070892690
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
IP18195R
Internet address(es)
Main address
https://www.hyde-housing.co.uk
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/119413
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=84183&B=HYDE-HOUSING
Tenders or requests to participate must be submitted to the above-mentioned address
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
Financial Advisory Services Framework
two.1.2) Main CPV code
- 66171000 - Financial consultancy services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £360,000,000
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
Financial Advisory Services Framework
Lot No
1
two.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
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £360,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
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 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
Refer to tender documents.
three.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.
three.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.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Refer to tender documents.
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: 10
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.2.1) Previous publication concerning this procedure
Notice number: 2019/S 211-517049
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 September 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
4 September 2024
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: 4 years
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
London
WC2A 2LL
Telephone
+44 2079477772
Country
United Kingdom