Tender

Financial Advisory Services Framework

  • Hyde Housing Association Ltd

F02: Contract notice

Notice identifier: 2024/S 000-023668

Procurement identifier (OCID): ocds-h6vhtk-0485a9

Published 29 July 2024, 6:49pm



Section one: Contracting authority

one.1) Name and addresses

Hyde Housing Association Ltd

30 Park Street

London

SE1 9EQ

Contact

Sanja Topalovic

Email

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