Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://crowncommercialservice.bravosolution.co.uk
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Other: Public procurement
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Corporate Finance Services 2
Reference number: RM6169
II.1.2) Main CPV code
66122000
II.1.3) Type of contract
Services
II.1.4) Short description
Crown Commercial Service (CCS), the authority, is replacing the existing Corporate Finance Services Framework (RM3719). The framework is 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, devolved administrations and charities. The proposed agreement will be the recommended corporate finance solution for the UK Public Sector, look to deliver value for money to the taxpayer when delivering corporate finance requirements for transactional or advisory services. The proposed framework will consist of 7 lots, representing the various roles that buyers may choose to appoint 1 or more suppliers to fulfil their requirements, at call-off stage under the CFS Framework. Each lot sets out the scope of work that a supplier may be required to undertake as detailed in Framework Schedule 1 Specification.
II.1.5) Estimated total value
Value excluding VAT:
460 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 7
II.2) Description
Lot No: 1
II.2.1) Title
Corporate Finance Advice, Separate to any Transaction Execution
II.2.2) Additional CPV code(s)
66000000
66100000
66110000
66120000
66121000
66122000
66130000
66131000
66132000
66150000
66151000
66170000
66171000
66190000
66517300
79410000
79412000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UK.
II.2.4) Description of the procurement
Lot 1 relates to the provision of corporate finance advice to buyers that may or may not be related to a specific transaction and will be separate to the execution of any specific transaction. Such execution, where relevant, may be carried out by the same or another supplier(s) under one (1) of the other framework contract lots.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Price
/ Weighting: 30
II.2.6) Estimated value
Value excluding VAT:
103 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Advice on and Execution of Specific Corporate Transactions (typically Referred to as Mergers and Acquisitions, or M&A)
II.2.2) Additional CPV code(s)
66000000
66100000
66110000
66120000
66121000
66122000
66130000
66131000
66132000
66170000
66171000
66190000
66517300
79410000
79412000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UK.
II.2.4) Description of the procurement
Lot 2 relates to advising buyers on and assisting in the execution of, a specific corporate transaction (or transactions). Such work may be carried out alongside or in parallel with another supplier(s) providing services under one (1) of the other framework contract lots.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Price
/ Weighting: 30
II.2.6) Estimated value
Value excluding VAT:
196 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Advice on and Execution of Specific Equity or Equity Related Capital Markets Transactions (typically Referred to as Equity Capital Markets, or ECM)
II.2.2) Additional CPV code(s)
66000000
66100000
66110000
66120000
66122000
66130000
66131000
66132000
66150000
66151000
66170000
66171000
66190000
66517300
79410000
79412000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UK.
II.2.4) Description of the procurement
Lot 3 relates to advising buyers on and assisting in the execution of, a specific equity or equity related capital markets transaction (or transactions). Such work may be carried out alongside or in parallel with another supplier(s) providing services under one (1) of the other framework contract lots.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Price
/ Weighting: 30
II.2.6) Estimated value
Value excluding VAT:
70 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Advice on and Execution of Specific Debt Capital Markets Transactions (typically Referred to as Debt Capital Markets, or DCM)
II.2.2) Additional CPV code(s)
66000000
66100000
66110000
66120000
66122000
66130000
66131000
66132000
66150000
66151000
66170000
66171000
66190000
66517300
79410000
79412000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UK.
II.2.4) Description of the procurement
Lot 4 relates to advising buyers on and assisting in the execution of, a specific debt capital markets transaction (or transactions). Such work may be carried out alongside or in parallel with another supplier(s) providing services under one (1) of the other framework contract lots.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Price
/ Weighting: 30
II.2.6) Estimated value
Value excluding VAT:
15 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
Specialist Retail Offer Advice and Execution in relation to Specific Capital Markets Transactions
II.2.2) Additional CPV code(s)
66000000
66100000
66110000
66120000
66122000
66130000
66131000
66132000
66150000
66151000
66170000
66171000
79410000
79412000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UK.
II.2.4) Description of the procurement
Lot 5 relates to advising buyers on and assisting in the execution of, the retail offer element of a specific capital markets transaction (or transactions). Such work is expected to be carried out alongside or in parallel with another supplier(s) providing services under Lot 3 or 4. Such work may also be carried out alongside or parallel with another supplier(s) providing services under one (1) of the other framework contract lots.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Price
/ Weighting: 30
II.2.6) Estimated value
Value excluding VAT:
15 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 6
II.2.1) Title
Specialist Corporate Finance Advice in relation to the Infrastructure Sector
II.2.2) Additional CPV code(s)
66000000
66100000
66110000
66120000
66121000
66122000
66130000
66131000
66132000
66150000
66151000
66170000
66171000
66190000
66517300
79410000
79412000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UK.
II.2.4) Description of the procurement
Lot 6 relates to the provision of specialist corporate finance advice to buyers in relation to the infrastructure sector that may be related to a specific transaction. Such work may be carried out alongside or in parallel with another supplier(s) providing Services under one (1) of the other framework contract lots.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Price
/ Weighting: 30
II.2.6) Estimated value
Value excluding VAT:
21 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 7
II.2.1) Title
Specialist Corporate Finance Advice in relation to Portfolios of, or Discreet, Financial Assets
II.2.2) Additional CPV code(s)
66000000
66100000
66110000
66120000
66121000
66122000
66130000
66131000
66132000
66150000
66151000
66170000
66171000
66190000
66517300
79410000
79412000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UK.
II.2.4) Description of the procurement
Lot 7 relates to the provision of specialist corporate finance advice to buyers in relation to portfolios of, or discreet, financial assets that may be related to a specific transaction and will be separate to the execution of any specific transaction. Such execution, where relevant, would be carried out by the same or another supplier(s) under one (1) of the other framework contract lots.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Price
/ Weighting: 30
II.2.6) Estimated value
Value excluding VAT:
40 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 176-428485
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/01/2020
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
20/01/2020
Local time: 15:01
Place:
Electronically via web-based portal.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.
As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/b6e7eb13-b6e7-4d41-957e-b8d6fed5f15a
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework;
4) Lot Structure and number of awards (if applicable).
Registering for access: this procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with potential providers. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
To register, you will need to:
1) Go to the URL:
https://crowncommercialservice.bravosolution.co.uk
2) Select the link ‘I am a new supplier’;
3) Read and agree to the portal user agreement;
4) Complete the registration form, providing information including:
— the full legal name of your organisation,
— your company registration number,
— your DUNS number — a unique 9-digit number provided to organisations free of charge by Dun and Bradstreet,
— user and contact details.
Once you have registered on the eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.
Note: if you require additional users from your organisation to see the invitation to tender ITT, do not repeat the above process as is will create a new separate organisation account; instead the registered user and add additional users to the existing supplier organisation account via ‘User Management’ > ‘ManageUsers’ > ‘Users’ > ‘Create’.
Expressing an interest:
To express your interest in this procurement:
1) Login to the eSourcing Suite portal:
https://crowncommercialservice.eSourcingsolution.co.uk
2) On the dashboard select the link ITTs open to all suppliers;
3) On the ‘ITTs Open to All Suppliers’ webpage you will see 1 or more procurement listed, click on the procurement name you wish to access;
4) Click on express interest at the top of the next screen;
5) You can now access the published documents in the portal.
For assistance please contact the eSourcing help-desk operated by email at help@eSourcingsolution.co.uk or call 0800 0698630.
On 2.4.2014 the Government introduced its Government Security Classifications (GSC) classification scheme which replaced the Government Protective Marking Scheme (GPMS). A key aspect of this was the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this requirement. The link below to the Gov.uk website provides information on the GSC:https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products and services. The Government is taking steps to 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 implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Bidders can access a Webinar on the 18.12.2019.
VI.4) Procedures for review
VI.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9 th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
VI.5) Date of dispatch of this notice
11/12/2019