Published date: 9 March 2023

Closed future opportunity - This means that a potential contract has passed its approach to market date. A buyer can choose to consider any supplier interest or convert this notice into an opportunity ready for live procurement.


Approach to market date: 1 August 2023

Contract summary

Industry

  • Financial leasing services - 66114000

  • Portfolio management services - 66140000

  • Financial consultancy services - 66171000

    • Loan brokerage services - 66190000

    • Feasibility study, advisory service, analysis - 71241000

    • Procurement consultancy services - 79418000

Location of contract

United Kingdom

Value of contract

£600,000,000

Procurement reference

RM6344

Published date

9 March 2023

Approach to market date

1 August 2023

Contract start date

21 January 2024

Contract end date

20 January 2028

Procedure type

Open procedure (above threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

Yes


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.


More information

Spend profile

This table displays the spend profile of the notice
Financial year Budget
2024/2025 £150,000,000
2025/2026 £150,000,000
2026/2027 £150,000,000
2027/2028 £150,000,000

Additional text

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.


About the buyer

Contact name

The Minister for the Cabinet Office acting through Crown Commercial Service

Address

9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
England

Telephone

+44 3450103503

Email

assetfinance@crowncommercial.gov.uk

Website

https://www.gov.uk/ccs