Services - 370580-2018

24/08/2018    S162

United Kingdom-Exeter: Banking and investment services

2018/S 162-370580

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: University of Exeter
National registration number: RC000653
Postal address: Northcote House
Town: Exeter
NUTS code: UKK SOUTH WEST (ENGLAND)
Postal code: EX4 4QH
Country: United Kingdom
Contact person: Dave Burchill
E-mail: d.burchill@exeter.ac.uk
Telephone: +44 11111111
Internet address(es):
Main address: http://www.exeter.ac.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/53042
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=25287&B=EXETER
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=25287&B=EXETER
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Education

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Investment Fund Manager

Reference number: UOE/2018/029
II.1.2)Main CPV code
66100000 Banking and investment services
II.1.3)Type of contract
Services
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 value
Value excluding VAT: 2 500 000.00 GBP
II.1.6)Information about lots
This 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 performance
NUTS 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 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: 2 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10)Information about variants
Variants will be accepted: no
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

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:

Please refer to Procurement Documents

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection 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 procedure
Restricted 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 participate
Date: 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 tender
Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

2028

VI.2)Information about electronic workflows
Electronic 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 body
Official name: Royal Court of Justice
Town: London
Country: United Kingdom
VI.5)Date of dispatch of this notice:
22/08/2018