Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityEducation
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:Reference number: UOE/2018/029
II.1.2)Main CPV code66100000 Banking and investment services
II.1.3)Type of contractServices
II.1.4)Short description:
The University is looking to appoint a single Investment Fund Manager to manage its investment fund.
The University currently invests approximately 40 000 000 GBP in a multi-asset portfolio and has recently decided to review the portfolio to better incorporate ESG factors. The University is looking to implement a “best in class” ESG focussed portfolio.
The mandate for the successful Investment Fund Manager would be to invest around 40 000 000 GBP. There are not expected to be significant income requirements in the foreseeable future.
The University’s current investment objective for the overall portfolio is to achieve an investment return of CPI + 4 % pa over the long-term.
II.1.5)Estimated total valueValue excluding VAT: 2 500 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)66100000 Banking and investment services
II.2.3)Place of performanceNUTS code: UKK SOUTH WEST (ENGLAND)
II.2.4)Description of the procurement:
The University is looking to appoint a single Investment Fund Manager to manage its investment fund.
It will run an EU Restricted Procedure to complete this exercise. The University's key aim, using the award criteria in the Procurement documents is to procure a “best in class” ESG solution.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 120
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 5
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
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 registersList and brief description of conditions:
Please refer to Procurement Documents
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Please refer to Procurement Documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.2.2)Time limit for receipt of tenders or requests to participateDate: 16/09/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Royal Court of Justice
Town: London
Country: United Kingdom
VI.5)Date of dispatch of this notice:22/08/2018