Section one: Contracting authority
one.1) Name and addresses
Financial Services Compensation Scheme
Beaufort House, 15 St. Botolph Street
London
EC3A 7QU
Contact
Jean Mutudza
Telephone
+44 2073758175
Country
United Kingdom
NUTS code
UKI4 - Inner London – East
Internet address(es)
Main address
Buyer's address
one.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 above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Economic and financial affairs
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Loan Arranger Services
Reference number
FSCS380
two.1.2) Main CPV code
- 66100000 - Banking and investment services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £460,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Revolving credit facility Mandated Lead Arranger
Lot No
1
two.2.2) Additional CPV code(s)
- 66100000 - Banking and investment services
two.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
Main site or place of performance
Inner London – East
two.2.4) Description of the 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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £200,000
two.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)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/74C88J9H9K
two.2) Description
two.2.1) Title
Revolving credit facility Mandated Lead Arranger and Agent Bank
Lot No
2
two.2.2) Additional CPV code(s)
- 66100000 - Banking and investment services
two.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
Main site or place of performance
Inner London – East
two.2.4) Description of the 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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £260,000
two.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).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/74C88J9H9K
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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).
three.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
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).
three.1.3) Technical and professional ability
List and brief description of selection criteria
Details are set out in the Invitation To Tender (ITT).
three.2) Conditions related to the contract
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 June 2021
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 June 2021
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: May 2025
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
six.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
GO Reference: GO-2021514-PRO-18248905
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
The Strand
London
Telephone
+44 2073758197
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The Royal Court of Justice
The Strand
London
Telephone
+44 2073758197
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Financial Services Compensation Scheme
Beaufort House, 15 St. Botolph Street
London
EC3A 7QU
Telephone
+44 2073758175
Country
United Kingdom