Notice Information
Notice Title
Asset Finance Advisory Services
Notice Description
Asset Finance Advisory Services The current Leasing Advisory Services framework exists primarily to make Asset Finance easier to use for public sector bodies. The advisory element allows customers to ensure they're getting sound independent specialist advice that is in their best interests and not tied to any other factors. Suggested Use Cases Options Appraisal Pure advisory service for 'How' a customer should acquire their desired asset. Supplier should be able to advise on Term and Acquisition Mode offered on RM6120 (Hire Purchase, Ops Lease, Finance Lease, Asset Secured Load, Sales and Leaseback) Options Appraisal with running of procurement on RM6120 Advisory service supported by running of procurement (RM6120) on behalf of customer. Portfolio Review Review of existing book of leasing and loans held by customer to identify and materialise benefits. The E2E sourcing element allows customers to source the assets in a way that makes best financial sense to them based on the advice they received during the options appraisal phase. The E2E/outsourcing feature removes barriers to using the DPS stemming from a lack of resource/understanding. The solution allows customers access to qualified independent advisory tailored to their needs, together with a seamless and simple process for the sourcing of funds using the E2E service. Advisors can be instructed to carry out both phases using Direct Award (subject to spend thresholds) or via Further Competition. Additional information: Crown Commercial Service invites suggestions and feedback on the [proposed] content and structure of the Asset Finance Advisory Services framework, service lines or processes detailed from the market including industry experts, specialists and suppliers. To participate in market engagement please email [assetfinance@crowncommercial.gov.uk] with any suggestions and/or feedback in your email, along with the following details: 1. Organisation name 2. Contact name 3. Job title of contact (including responsibility within your organisation) 4. Contact phone number 5. Contact email 6. Organisation website link The value in II.1.5 is indicative. The date in II.3) is the estimated date of publication, please refer to the CCS website page www.crowncommercial.gov.uk/agreements/upcoming for updates. Or use the new UK Find a Tender service which has replaced the EU's Tenders Electronic Daily. CCS will be required to publish notices relating to this procurement on the new UK Find a Tender Service (FTS). Notices will not be published on Tenders Electronic Daily (TED)/OJEU. You are therefore advised to monitor FTS and Contracts Finder for the notification of the release of the ITT documents for this procurement. Further information can be found at https://www.gov.uk/guidance/public-sector-procurement-from-1-january-2021 The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further 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 properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials (or equivalent) certified for the services under and in connection with the procurement. The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials [Plus] Scheme for services under and in connection with this procurement. The service that arises from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the Asset Finance Advisory Services Schedule, "Security Requirement and Plan", to meet Asset Finance Advisory Services requirements. This will be released at the ITT stage.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-5d205bd6-4ba2-4f36-b214-1f01724ee3e5
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/ff7cd560-f004-4823-8ce2-bc529fb9d3d4
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planned Procurement Notice
- Procurement Type
- Standard
- Procurement Category
- Not specified
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
66114000 - Financial leasing services
66140000 - Portfolio management services
66171000 - Financial consultancy services
66190000 - Loan brokerage services
71241000 - Feasibility study, advisory service, analysis
79418000 - Procurement consultancy services
Notice Value(s)
- Tender Value
- £600,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Mar 20232 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 1 Aug 2023Expired
- Award Date
- Not specified
- Contract Period
- 21 Jan 2024 - 20 Jan 2028 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CROWN COMMERCIAL SERVICE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LIVERPOOL
- Postcode
- L3 9PP
- Post Town
- Liverpool
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD7 Merseyside
- Small Region (ITL 3)
- TLD72 Liverpool
- Delivery Location
- Not specified
-
- Local Authority
- Liverpool
- Electoral Ward
- City Centre North
- Westminster Constituency
- Liverpool Riverside
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/ff7cd560-f004-4823-8ce2-bc529fb9d3d4
9th March 2023 - Future opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-5d205bd6-4ba2-4f36-b214-1f01724ee3e5-2023-03-09T10:44:25Z",
"date": "2023-03-09T10:44:25Z",
"ocid": "ocds-b5fd17-5d205bd6-4ba2-4f36-b214-1f01724ee3e5",
"language": "en",
"initiationType": "tender",
"planning": {
"budget": {
"budgetBreakdown": [
{
"id": "1",
"period": {
"startDate": "2024-04-01T00:00:00+01:00",
"endDate": "2025-03-31T23:59:59+01:00"
},
"description": "2024/2025",
"amount": {
"amount": 150000000,
"currency": "GBP"
}
},
{
"id": "2",
"period": {
"startDate": "2025-04-01T00:00:00+01:00",
"endDate": "2026-03-31T23:59:59+01:00"
},
"description": "2025/2026",
"amount": {
"amount": 150000000,
"currency": "GBP"
}
},
{
"id": "3",
"period": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2027-03-31T23:59:59+01:00"
},
"description": "2026/2027",
"amount": {
"amount": 150000000,
"currency": "GBP"
}
},
{
"id": "4",
"period": {
"startDate": "2027-04-01T00:00:00+01:00",
"endDate": "2028-03-31T23:59:59+01:00"
},
"description": "2027/2028",
"amount": {
"amount": 150000000,
"currency": "GBP"
}
}
]
},
"documents": [
{
"id": "1",
"documentType": "plannedProcurementNotice",
"description": "Future opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/ff7cd560-f004-4823-8ce2-bc529fb9d3d4",
"datePublished": "2023-03-09T10:44:25Z",
"format": "text/html",
"language": "en"
}
]
},
"tender": {
"id": "RM6344",
"title": "Asset Finance Advisory Services",
"description": "Asset Finance Advisory Services The current Leasing Advisory Services framework exists primarily to make Asset Finance easier to use for public sector bodies. The advisory element allows customers to ensure they're getting sound independent specialist advice that is in their best interests and not tied to any other factors. Suggested Use Cases Options Appraisal Pure advisory service for 'How' a customer should acquire their desired asset. Supplier should be able to advise on Term and Acquisition Mode offered on RM6120 (Hire Purchase, Ops Lease, Finance Lease, Asset Secured Load, Sales and Leaseback) Options Appraisal with running of procurement on RM6120 Advisory service supported by running of procurement (RM6120) on behalf of customer. Portfolio Review Review of existing book of leasing and loans held by customer to identify and materialise benefits. The E2E sourcing element allows customers to source the assets in a way that makes best financial sense to them based on the advice they received during the options appraisal phase. The E2E/outsourcing feature removes barriers to using the DPS stemming from a lack of resource/understanding. The solution allows customers access to qualified independent advisory tailored to their needs, together with a seamless and simple process for the sourcing of funds using the E2E service. Advisors can be instructed to carry out both phases using Direct Award (subject to spend thresholds) or via Further Competition. Additional information: Crown Commercial Service invites suggestions and feedback on the [proposed] content and structure of the Asset Finance Advisory Services framework, service lines or processes detailed from the market including industry experts, specialists and suppliers. To participate in market engagement please email [assetfinance@crowncommercial.gov.uk] with any suggestions and/or feedback in your email, along with the following details: 1. Organisation name 2. Contact name 3. Job title of contact (including responsibility within your organisation) 4. Contact phone number 5. Contact email 6. Organisation website link The value in II.1.5 is indicative. The date in II.3) is the estimated date of publication, please refer to the CCS website page www.crowncommercial.gov.uk/agreements/upcoming for updates. Or use the new UK Find a Tender service which has replaced the EU's Tenders Electronic Daily. CCS will be required to publish notices relating to this procurement on the new UK Find a Tender Service (FTS). Notices will not be published on Tenders Electronic Daily (TED)/OJEU. You are therefore advised to monitor FTS and Contracts Finder for the notification of the release of the ITT documents for this procurement. Further information can be found at https://www.gov.uk/guidance/public-sector-procurement-from-1-january-2021 The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further 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 properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials (or equivalent) certified for the services under and in connection with the procurement. The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials [Plus] Scheme for services under and in connection with this procurement. The service that arises from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the Asset Finance Advisory Services Schedule, \"Security Requirement and Plan\", to meet Asset Finance Advisory Services requirements. This will be released at the ITT stage.",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "66114000",
"description": "Financial leasing services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66140000",
"description": "Portfolio management services"
},
{
"scheme": "CPV",
"id": "66171000",
"description": "Financial consultancy services"
},
{
"scheme": "CPV",
"id": "66190000",
"description": "Loan brokerage services"
},
{
"scheme": "CPV",
"id": "71241000",
"description": "Feasibility study, advisory service, analysis"
},
{
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 600000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"communication": {
"futureNoticeDate": "2023-08-01T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2024-01-21T00:00:00Z",
"endDate": "2028-01-20T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": true
}
},
"parties": [
{
"id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
"name": "Crown Commercial Service",
"identifier": {
"legalName": "Crown Commercial Service",
"scheme": "GB-SRS",
"id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"postalCode": "L3 9PP",
"countryName": "England"
},
"contactPoint": {
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"email": "assetfinance@crowncommercial.gov.uk",
"telephone": "+44 3450103503"
},
"details": {
"url": "https://www.gov.uk/ccs"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
"name": "Crown Commercial Service"
}
}