ODD Support

Award

Value

£200,000

Suppliers

Classifications

  • Financial management consultancy services

Tags

  • award

Submission Deadline

9 months ago

Published

8 months ago

Description

At present, the Operational Due Diligence (ODD) team within the PPF has dedicated individuals within the team to assess external Fund Managers prior to funding but there is currently no backup / contingency should additional resources be required or an individual leave. 
 
To avoid a situation whereby internal activities are effectively held up by a support function (due to a lack of resource), the ODD team need to appoint a back-up ODD service provider  
 
Support is required in the following two ways: 
1. As a backup/contingency ODD service provider in the unlikely situation that the ODD cannot be staffed internally &
2. To provide ODD coverage in long-haul jurisdictions where the PPF have single Manger exposure.
 
Volumes are anticipated to be particularly low with the successful supplier being used on an ad-hoc basis.

When required, the supplier will be commissioned to undertake an in-person, deep-dive ODD assessment on a third-party investment Manager selected by the PPF. The expectation is that Mercer Sentinel will be able to produce a comprehensive ODD report (Operational Risk Assessment) within a 6-8-week timeframe (from the point of initial contact with the selected Manager).

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Regional Estates Solutions Framework Agreement

Purpose This is a Regional Estate Solution Framework is designed to streamline estate planning, management, and infrastructure development regional health and regional public sector organisations, including NHS Trusts, local authorities and all public sector body. It provides a structured procurement mechanism to ensure cost efficiency, sustainability, and compliance with public sector regulations. This Framework Agreement will focus on the South and South-East Region of the UK, with the aim to set up a regionalised Estates Minor Works and Maintenance solution for the Public Sector bodies within this area. Lot Structure The Regional Estate Solution Framework is divided into the following 6 key Lots. Lot 1: Consultancy Services: Lot 2: Property & Building Management Systems Lot 3: Minor Works and Maintenance Sub-lot No Sub-lot Name 3A Air Handling Units, Filters, Ventilation & Extraction 3B Asbestos Removal/Treatment 3C Boilers & Associated Plant (install & maintain) 3D Brick And Blockwork 3E Building (General) 3F Building (Hospital) 3G Building Management Systems & Automatic Control Systems 3H Cleaning and Site Clearance 3I Cooling & Refrigeration – Chillers Condensers & Split A/Cs 3J Curtain Wall 3K Demolition Work 3L Doors 3M Drainage 3N Fencing and Gates 3O Fire Protection Sprinklers + Fire Protection-Smoke Vents (Automatic)+ Fire Systems – Fire Alarm Systems, Smoke/ Heat Detection Systems, Sprinkler Systems, Extinguishers & Hose Reels (Hospital) 3P Flooring (General) 3Q Glazing 3R Joinery and Partition 3S Landscaping 3T Painting & Decorating (General) 3U Plastering 3V Plumbing 3W Road Maintenance (Minor Works) 3X Roofing 3Y Scaffolding 3Z Wall and Floor Tiling 3AA Water Systems – Servicing, Legionella Testing, Thermostatic Mixing Valves, Water Hygiene & Associated Plant 3AB Windows (PVCU) 3AC Mould & Damp Lot 4: Mechanical & Electrical Services Sub-lot No Sub-lot Name 4a Electrical Installation & Maintenance Services 4b Emergency Lighting & Power 4c Lifts, Escalators and Conveyance Systems 4d Medical Gas Pipeline & Equipment Maintenance 4e Portable Appliance Testing & Fixed Wire Testing 4f Security, Access Control, Intruder & CCTV Systems 4g UPS & Generators Lot 5: Medical & Specialist Equipment/Services Lot 6: Managed Service:

Katy Reed

Published 1 week ago
Open

Ofgem 2025-011 Benchmarking Services for OFTO Tender Rounds 10-14

The OFTO team requires a benchmarking advisor to provide support on OFTO transactions and ensure that the most competitive pricing of any financial instrument is achieved at financial close. The advisor will need to demonstrate that a clear and transparent process is followed in arriving at this pricing. They will also ensure that the terms of financing of the three projects within Tender Round 10 (TR10), one project in Tender Round 11 (TR11), one project in Tender Round 12 (TR12) and three projects in Tender Round 13 (TR13) are favourable for consumers. Ofgem do plan on extending this work to Tender Round 14 (TR14) but the scope of this work is not yet known. The supplier shall provide expert advice on the hedging process up to and at Financial Close (FC) on TR10, TR11, TR12, TR13 and TR14. The scope of work is as follows: * Review the structure of the interest rate and inflation hedging profiles and calculations and confirm that this is an acceptable structure or alternatively provide review of the structuring of underlying GILT for pricing any public bond. * Provide indicative market pricing/updated pricing on all hedging and underlying GILT on request to ensure the most competitive rates are achieved. * Proactive alerts on material market movements which may impact the pricing, including forewarning of any market activity which may create volatility and advise on how to manage this. * Agree hedge term sheets/model outputs with the hedge providers where necessary. * Provide/review the proposed execution protocol for the required hedging and/or bond issuance and negotiate this protocol with the hedge bank(s)/providers as necessary. * Undertake offline benchmark pricing exercises to establish mid-market levels and ensure pricing is agreed as a margin over mid-level. * Identify any anomalies which may indicate additional margins for the hedge providers. * Coordinate dry run pricing leading up to the FC and manage a series of 'dry runs' with all relevant parties, including but not limited to Ofgem and its financial adviser(s)plus the FC execution call. * Advisors are also required to liaise directly with Ofgem on any issues identified.

Katy Reed

Published 1 month ago
Open

Rural Support Dynamic Purchasing System (DPS)

7. Short description of requirement The client requires a compliant DPS Framework to deliver a wide variety of Rural Support services and engage with suppliers in an evolving sector. To support the priorities the most suitable solution is the creation of the Rural Support Dynamic Purchasing System. The DPS will be accessible for 4 years with supplier applications being accepted throughout its duration. It is expected that the DPS will be established around the end of September 2024, and call-off contracts will begin via mini-competition shortly after. Acknowledging the breadth of work that the Welsh Government procures from the rural sector, 3 categories have been identified to meet our requirements: Category 1 – Rural Support Programme and Project Support Services (including grant support services) Category 2 – Rural Support Advice and Technical Services Category 3 – Rural Support Engagement Services Specialist areas where these support services may be required include, but are not limited to: - Rural Communities - Agricultural production - Sustainable land management - Nutrient management and soils - Carbon Assessment - Agricultural diversification - Woodland and forestry - Horticulture production - Animal health and welfare - Food and rural supply chains - Innovation and technology - Natural resources added value supply chains - Rural infrastructure and services - Waste management - Resource efficiency and circular economy - Disease control measures and surveillance - ICT development and support

Welsh Government

Published 7 months ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete