Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Corporate Finance Services 2

  • First published: 13 December 2019
  • Last modified: 13 December 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
Authority ID:
AA77925
Publication date:
13 December 2019
Deadline date:
20 January 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
66100000 Banking and investment services Financial and insurance services
66110000 Banking services Banking and investment services
66130000 Brokerage and related securities and commodities services Banking and investment services
79410000 Business and management consultancy services Business and management consultancy and related services
66132000 Commodity brokerage services Brokerage and related securities and commodities services
66122000 Corporate finance and venture capital services Investment banking services and related services
66000000 Financial and insurance services Finance and Related Services
66171000 Financial consultancy services Financial consultancy, financial transaction processing and clearing-house services
66170000 Financial consultancy, financial transaction processing and clearing-house services Banking and investment services
79412000 Financial management consultancy services Business and management consultancy services
66151000 Financial market operational services Financial markets administration services
66150000 Financial markets administration services Banking and investment services
66120000 Investment banking services and related services Banking and investment services
66190000 Loan brokerage services Banking and investment services
66121000 Mergers and acquisition services Investment banking services and related services
66517300 Risk management insurance services Credit and surety insurance services
66131000 Security brokerage services Brokerage and related securities and commodities services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.