Tender

Tax Compliance and Advisory Services (FH23_001)

  • A2Dominion Housing Group

F02: Contract notice

Notice identifier: 2023/S 000-025697

Procurement identifier (OCID): ocds-h6vhtk-03f8a9

Published 1 September 2023, 9:26am



Section one: Contracting authority

one.1) Name and addresses

A2Dominion Housing Group

The Point, 37 North Wharf Road

London

W2 1BD

Contact

Mr Konrad Adamski

Email

konrad.adamski@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/Advert?advertId=2748439b-a048-ee11-8124-005056b64545&fromProjectDashboard=True

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/Advert?advertId=2748439b-a048-ee11-8124-005056b64545&fromProjectDashboard=True

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

Tax Compliance and Advisory Services (FH23_001)

Reference number

DN687750

two.1.2) Main CPV code

  • 79200000 - Accounting, auditing and fiscal services

two.1.3) Type of contract

Services

two.1.4) Short description

1.1. The main purpose of this Contract is for the provision of a suitably qualified and experienced tax advisory and compliance Service Provider. The tax service is required primarily to provide A2Dominion management with tax planning advice so that A2D operates within in accordance with the relevant legislative and regulatory requirements.

1.2. The objective of this service is to:

• Support A2D in developing and planning tax strategies within the Group for its various activities, whilst ensuring compliance with the applicable standards and regulations.

• Provide formal tax advice on an ad hoc basis, taking into consideration corporation tax, stamp duty land tax and value added tax implications regarding the acquisition, development and disposal of a variety of development schemes including joint ventures.

• Demonstrate insight into best practice and comparative performance within the sector.

• Demonstrate how pricing is typically applied to compliance and advisory work, i.e., by level of consultant.

• The incorporation and realisation of Social Value into the contracts.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79222000 - Tax-return preparation services
  • 79221000 - Tax consultancy 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

1.1. The main purpose of this Contract is for the provision of a suitably qualified and experienced tax advisory and compliance Service Provider. The tax service is required primarily to provide A2Dominion management with tax planning advice so that A2D operates within in accordance with the relevant legislative and regulatory requirements.

1.2. The objective of this service is to:

• Support A2D in developing and planning tax strategies within the Group for its various activities, whilst ensuring compliance with the applicable standards and regulations.

• Provide formal tax advice on an ad hoc basis, taking into consideration corporation tax, stamp duty land tax and value added tax implications regarding the acquisition, development and disposal of a variety of development schemes including joint ventures.

• Demonstrate insight into best practice and comparative performance within the sector.

• Demonstrate how pricing is typically applied to compliance and advisory work, i.e., by level of consultant.

• The incorporation and realisation of Social Value into the contracts.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

3 year + 1 + 1 or 3 year + 2

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


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

Are you registered via membership of a professional accounting body e.g., ICAEW?

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

Reference to the relevant law, regulation or administrative provision

Are you registered via membership of a professional accounting body e.g., ICAEW?

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

3 October 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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

3 October 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

London

Country

United Kingdom