Torus62 Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Treasury Advisory Services |
Notice type: | Contract Notice |
Authority: | Torus62 Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Provision of treasury advisory and related services covering all areas of treasury. |
Published: | 15/12/2021 15:51 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Torus62 Limited
Helena Central, 4 Corporation Street, St Helens, WA9 1LD, United Kingdom
Tel. +44 7738716643, Email: kate.ryan@torus.co.uk
Contact: Kate Ryan
Main Address: www.delta-esourcing.com
NUTS Code: UKD
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-St-Helens:-Treasury-services./NB9772KWJR
Additional information can be obtained from: the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Treasury Advisory Services
Reference Number: Not provided
II.1.2) Main CPV Code:
66600000 - Treasury services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Provision of treasury advisory and related services covering all areas of treasury.
II.1.5) Estimated total value:
Value excluding VAT: 250,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKD NORTH WEST (ENGLAND)
II.2.4) Description of procurement: Torus are looking to seek an adisory for the provision of treasury advisory and related services covering all areas of treasury. The advisors will operate under a contract that will be in two parts, a retained fixed fee for regular treasury service, and a daily rate for more bespoke additional treasury advice. The advisors will operate partly under a retained fixed fee arrangement covering the following treasury services:
•Information – regular stream of daily, weekly and monthly information and forecasts
•credit worthiness date - weekly credit lists that set out ratings and rating actions from the three main ratings agencies and, where available, credit default spreads
•helpline - telephone access to members of the treasury housing team to seek reasonable advice on day-to-day treasury management and funding to include a nominated consultant to be assigned to Torus?
•business plan - provision of suggested assumptions for inflation and interest rates, which take account of forecasts. Funders eye review of the business plan, review stress testing and assistance with the production of board business plan reports
•annual treasury strategy – preparation and implementation of the annual treasury management strategy which sets out the recommendations for the short and medium-term management of Torus’s treasury operations
•supporting existing funding relationships - advising on the interpretation of loan agreements, providing analysis and arguments for discussion with lenders
•treasury management policy and procedures - annual review of Torus’s policy to ensure that it is appropriate for us and complies with best practice and recommend changes where necessary
•technical updates and training - updates on current issues
•investments - provision of details on available deposit rates and opportunities for improving the investment strategy
•management information systems and treasury reporting systems
•training and knowledge transfer – tailored training to board members and staff
Additional specialist Treasury advice that will fall outside the scope of the retained services listed above but not limited to the following:
Such additional services include:
•Structuring and negotiation of loan facilities
•Capital market loans
•Restructuring of loan facilities
•Adoption of the wider rules on treasury management
•Negotiation of credit lines for standalone swaps
•Financial modelling
•Feasibility and viability studies
•Review of business plans
•Joint venture arrangements
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 25/01/2022 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Until: 26/01/2022
IV.2.7) Conditions for opening of tenders:
Date: 26/01/2022
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-St-Helens:-Treasury-services./NB9772KWJR
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/NB9772KWJR
VI.4) Procedures for review
VI.4.1) Review body:
Torus62 Limited
St Helens, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Golden Gates Housing
Bank House, Warrington, WA1 1RH, United Kingdom
Tel. +44 1925452409
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 15/12/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Torus62 Limited
Helena Central, 4 Corporation Street, St Helens, WA9 1LD, United Kingdom
Tel. +44 7738716643, Email: kate.ryan@torus.co.uk
Contact: Kate Ryan
Main Address: www.delta-esourcing.com
NUTS Code: UKD
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Provision of Treasury Advisory Services
Reference number: Not Provided
II.1.2) Main CPV code:
66600000 - Treasury services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Provision of treasury advisory and related services covering all areas of treasury.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 250,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKD - NORTH WEST (ENGLAND)
Main site or place of performance:
NORTH WEST (ENGLAND)
II.2.4) Description of the procurement: Torus are looking to seek an adisory for the provision of treasury advisory and related services covering all areas of treasury. The advisors will operate under a contract that will be in two parts, a retained fixed fee for regular treasury service, and a daily rate for more bespoke additional treasury advice. The advisors will operate partly under a retained fixed fee arrangement covering the following treasury services:
•Information – regular stream of daily, weekly and monthly information and forecasts
•credit worthiness date - weekly credit lists that set out ratings and rating actions from the three main ratings agencies and, where available, credit default spreads
•helpline - telephone access to members of the treasury housing team to seek reasonable advice on day-to-day treasury management and funding to include a nominated consultant to be assigned to Torus?
•business plan - provision of suggested assumptions for inflation and interest rates, which take account of forecasts. Funders eye review of the business plan, review stress testing and assistance with the production of board business plan reports
•annual treasury strategy – preparation and implementation of the annual treasury management strategy which sets out the recommendations for the short and medium-term management of Torus’s treasury operations
•supporting existing funding relationships - advising on the interpretation of loan agreements, providing analysis and arguments for discussion with lenders
•treasury management policy and procedures - annual review of Torus’s policy to ensure that it is appropriate for us and complies with best practice and recommend changes where necessary
•technical updates and training - updates on current issues
•investments - provision of details on available deposit rates and opportunities for improving the investment strategy
•management information systems and treasury reporting systems
•training and knowledge transfer – tailored training to board members and staff
Additional specialist Treasury advice that will fall outside the scope of the retained services listed above but not limited to the following:
Such additional services include:
•Structuring and negotiation of loan facilities
•Capital market loans
•Restructuring of loan facilities
•Adoption of the wider rules on treasury management
•Negotiation of credit lines for standalone swaps
•Financial modelling
•Feasibility and viability studies
•Review of business plans
•Joint venture arrangements
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2021/S 000-031281
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/05/2022
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Savills Uk Limited, 02605138
33, Margaret Street,, London, W1G 0JD, United Kingdom
NUTS Code: UKD
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 250,000
Total value of the contract/lot: 250,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=705410517
VI.4) Procedures for review
VI.4.1) Review body
Torus62 Limited
St Helens, United Kingdom
VI.4.2) Body responsible for mediation procedures
Golden Gates Housing
Bank House, Warrington, WA1 1RH, United Kingdom
Tel. +44 1925452409
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 13/07/2022