Financial Services Compensation Scheme is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Loan Arranger Services |
Notice type: | Contract Notice |
Authority: | Financial Services Compensation Scheme |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | FSCS is seeking to appoint under the Loan Arranger Services Framework agreement, a) a single service provider for the co-ordination of the refinancing of FSCS’s existing £1.45bn syndicated revolving credit facility, as may be amended from time to time (Lot 1) and, b) a single service provider for the co-ordination of the refinancing of FSCS’s existing £1.45bn syndicated revolving credit facility, as may be amended from time to time, with Agent bank responsibilities to administer the facility (Lot 2). FSCS is seeking to award the Framework to suppliers for the services for the period of three years, with a potential to extend for one additional year. |
Published: | 14/05/2021 19:14 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Financial Services Compensation Scheme
Beaufort House, 15 St. Botolph Street, London, EC3A 7QU, United Kingdom
Tel. +44 2073758175, Email: Jean.Mutudza@fscs.org.uk
Contact: Jean Mutudza
Main Address: http://www.fscs.org.uk, Address of the buyer profile: http://www.fscs.org.uk
NUTS Code: UKI4
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-London:-Banking-and-investment-services./74C88J9H9K
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
Economic and financial affairs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Loan Arranger Services
Reference Number: FSCS380
II.1.2) Main CPV Code:
66100000 - Banking and investment services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: FSCS is seeking to appoint under the Loan Arranger Services Framework agreement, a) a single service provider for the co-ordination of the refinancing of FSCS’s existing £1.45bn syndicated revolving credit facility, as may be amended from time to time (Lot 1) and, b) a single service provider for the co-ordination of the refinancing of FSCS’s existing £1.45bn syndicated revolving credit facility, as may be amended from time to time, with Agent bank responsibilities to administer the facility (Lot 2).
FSCS is seeking to award the Framework to suppliers for the services for the period of three years, with a potential to extend for one additional year.
II.1.5) Estimated total value:
Value excluding VAT: 460,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Revolving credit facility Mandated Lead Arranger
Lot No: 1
II.2.2) Additional CPV codes:
66100000 - Banking and investment services.
II.2.3) Place of performance:
UKI4 Inner London – East
II.2.4) Description of procurement: Co-ordination of the re-financing of FSCS’s existing £1.45bn syndicated revolving credit facility, as may be amended from time to time
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 200,000
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: Yes
Description of renewals: FSCS may extend the contract by up to 12 months (maximum term 4 years)
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: Yes
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/74C88J9H9K
II.2) Description Lot No. 2
II.2.1) Title: Revolving credit facility Mandated Lead Arranger and Agent Bank
Lot No: 2
II.2.2) Additional CPV codes:
66100000 - Banking and investment services.
II.2.3) Place of performance:
UKI4 Inner London – East
II.2.4) Description of procurement: Co-ordination of the re-financing of FSCS’s existing £1.45bn syndicated revolving credit facility, as may be amended from time to time with Agent bank responsibilities to administer the facility.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 260,000
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: Yes
Description of renewals: FSCS may extend the contract by up to 12 months (maximum term of 4 years).
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: Yes
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/74C88J9H9K
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:
Details are set out in the Invitation To Tender (ITT).
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Details are set out in the Invitation To Tender (ITT).
Minimum level(s) of standards possibly required (if applicable) :
Credit rating for long-term unsecured and non credit-enhanced debt of at least BBB (Standard & Poor’s
and/or Fitch) or Baa2 (Moody’s).
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Details are set out in the Invitation To Tender (ITT).
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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
Duly regulated credit institution
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
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: Yes
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: 15/06/2021 Time: 14:00
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:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 15/06/2021
Time: 14:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: May 2025
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used No
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Banking-and-investment-services./74C88J9H9K
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/74C88J9H9K
VI.4) Procedures for review
VI.4.1) Review body:
The Royal Court of Justice
The Strand, London, United Kingdom
Tel. +44 2073758197, Email: procurement@fscs.org.uk
VI.4.2) Body responsible for mediation procedures:
The Royal Court of Justice
The Strand, London, United Kingdom
Tel. +44 2073758197, Email: procurement@fscs.org.uk
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:
Financial Services Compensation Scheme
Beaufort House, 15 St. Botolph Street, London, EC3A 7QU, United Kingdom
Tel. +44 2073758175, Email: procurement@fscs.org.uk
VI.5) Date Of Dispatch Of This Notice: 14/05/2021
Annex A
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Financial Services Compensation Scheme
Beaufort House, 15 St. Botolph Street, London, EC3A 7QU, United Kingdom
Tel. +44 2073758175, Email: Jean.Mutudza@fscs.org.uk
Contact: Jean Mutudza
Main Address: http://www.fscs.org.uk, Address of the buyer profile: http://www.fscs.org.uk
NUTS Code: UKI4
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Loan Arranger Services Reference number: FSCS380
II.1.2) Main CPV code:
66100000 - Banking and investment services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: FSCS is seeking to appoint under the Loan Arranger Services Framework agreement, a) a single service provider for the co-ordination of the refinancing of FSCS’s existing £1.45bn syndicated revolving credit facility, as may be amended from time to time (Lot 1) and, b) a single service provider for the co-ordination of the refinancing of FSCS’s existing £1.45bn syndicated revolving credit facility, as may be amended from time to time, with Agent bank responsibilities to administer the facility (Lot 2).
FSCS is seeking to award the Framework to suppliers for the services for the period of three years, with a potential to extend for one additional year.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 15/05/2021
VI.6) Original notice reference:
Notice Reference: 2021 - 307150
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 15/05/2021
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: I.3
Lot No: Not provided
Place of text to be modified: Section I.3 Communication
Instead of: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Banking-and-investment-services./74C88J9H9K
Read: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Banking-and-investment-services./EVAABC7B3U
VII.2) Other additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Banking-and-investment-services./EVAABC7B3U
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Banking-and-investment-services./74C88J9H9K
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/74C88J9H9K