Peabody Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Peabody Treasury Framework |
Notice type: | Contract Notice |
Authority: | Peabody Trust |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | Peabody requires external treasury advice to support its borrowing and related activities. This may include structuring advice, assistance during negotiations and reporting to the Peabody Trust Board or sub-committees. |
Published: | 18/06/2019 11:42 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Peabody
Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
Email: liam.cochrane@peabody.org.uk
Main Address: https://www.peabody.org.uk/home
NUTS Code: UKI
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:-Treasury-services./VF8U4TR6V7
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via www.delta-esourcing.com 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: Peabody Treasury Framework
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: Peabody requires external treasury advice to support its borrowing and related activities. This may include structuring advice, assistance during negotiations and reporting to the Peabody Trust Board or sub-committees.
II.1.5) Estimated total value:
Value excluding VAT: 6,700,000
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: General and Strategic Treasury Advisory Services
Lot No: 1
II.2.2) Additional CPV codes:
66171000 - Financial consultancy services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: General advice as required on bank, private placement and public debt. Strategic treasury advice – including assistance on negotiations regarding merger, acquisitions, public debt issue. May include assistance with financial planning. May include assistance with financial planning
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: 1,100,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The duration of the Contract will be for an initial period of 36 months, with the potential to extend the Framework by an additional 12 months. This extension would be issued solely at the discretion of Peabody Group.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/VF8U4TR6V7
II.2) Description Lot No. 2
II.2.1) Title: Source Funding
Lot No: 2
II.2.2) Additional CPV codes:
66171000 - Financial consultancy services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Sourcing funding – identifying appropriate funding opportunities and managing process through to completion of funding agreement.
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: 1,600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The duration of the Contract will be for an initial period of 36 months, with the potential to extend the Framework by an additional 12 months. This extension would be issued solely at the discretion of Peabody Group.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: 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
II.2) Description Lot No. 3
II.2.1) Title: Development and Infrastructure Funding Advice
Lot No: 3
II.2.2) Additional CPV codes:
66171000 - Financial consultancy services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Project specific funding advice including overall structuring.
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: 4,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The duration of the Contract will be for an initial period of 36 months, with the potential to extend the Framework by an additional 12 months. This extension would be issued solely at the discretion of Peabody Group.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: 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 NEGOTIATED
IV.1.1) Type of procedure:
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: 12
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
IV.1.5) Information about negotiation: Yes.
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: 18/07/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 05/08/2019
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): 3
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 No
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-London:-Treasury-services./VF8U4TR6V7
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/VF8U4TR6V7
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of England and Wales
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
The High Court of England and Wales
London, United Kingdom
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: 18/06/2019
Annex A