Planning

Asset Finance Advisory Services

CROWN COMMERCIAL SERVICE

This public procurement record has 1 release in its history.

Planning

09 Mar 2023 at 10:44

Summary of the contracting process

The Crown Commercial Service is planning a procurement process for Asset Finance Advisory Services with an estimated budget of £600 million. The procurement stage is currently in the planning phase, with a future notice date set for August 1st, 2023. The procurement method is categorised as an open procedure (above threshold). The contract period is scheduled to run from January 21st, 2024, to January 20th, 2028. This opportunity falls under the industry category of Financial leasing services and offers growth opportunities for small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprise (VCSE) organisations in the United Kingdom.

The Asset Finance Advisory Services tender issued by the Crown Commercial Service presents a significant business growth opportunity for firms specialising in financial leasing, portfolio management, financial consultancy, loan brokerage, feasibility study, advisory services, and procurement consultancy. Businesses with expertise in providing independent advisory services related to asset acquisition and financial sourcing are well-suited to compete. The procurement offers a chance to engage in offering tailored advice to public sector bodies and contribute to enhancing the accessibility and efficiency of asset finance processes across various sectors in the United Kingdom.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
    }
}