Notice Information
Notice Title
Provision of Treasury Management Services
Notice Description
East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of Treasury Management & Advisory Services to the Council. Contractors are invited to submit tenders on a fixed annual service charge basis for the whole service. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.
Lot Information
Lot 1
Contractors are invited to submit tenders on a fixed annual service charge basis for the whole service as specified. The service required will include the provision of advice, guidance, training and technical support on all treasury management related activities through a combination of meetings, seminars and telephone email web based help facilities. Key elements of the service are listed in the bullet points detailed below: Regular review of the Council's overall financial position in view of its stated objectives Regular assessment of, and advice on, economic climate and its impact on the Council's financial strategies; Regular forecasting and advice on interest rates and their impact on the Council Identification of potential investment opportunities independent advice on creditworthiness of potential counterparties and assessment of available investment products Independent advice on borrowing strategy and timing; Identification of/independent advice on potential debt rescheduling opportunities; Support and advice on compilation of the Council's investment strategy, Treasury Management Strategy report, Annual Review report, Treasury Management Policy statement and Treasury Management Practices; Support and advice in relation to CIPFA's Code of Treasury Management, the Prudential Code and Prudential Indicators; Year End reporting including Fair Value calculations & guidance on any relevant changes to the current Accounting Code of Practice. Quarterly strategy update meetings with Council staff Nominated telephone contacts plus helpline facility Provision of in-house treasury training, for staff & members and local access to seminars etc.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. Quality weighting above are sub weighting and the overall weighting for quality is 60. Estimated value includes the 36 months + 2 x 12 month extension periods exclusive of VAT. With VAT 77400
Renewal: Option to extend by up to 2 x 12 month periods
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000706961
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV463632
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
-
- CPV Codes
66600000 - Treasury services
Notice Value(s)
- Tender Value
- £64,500 Under £100K
- Lots Value
- £64,500 Under £100K
- Awards Value
- Not specified
- Contracts Value
- £68,500 Under £100K
Notice Dates
- Publication Date
- 8 Nov 20223 years ago
- Submission Deadline
- 10 Oct 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 1 Nov 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- once the 36 months + 2 x 12 extension periods are used
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EAST RENFREWSHIRE COUNCIL
- Contact Name
- May Harvey-Welsh
- Contact Email
- may.harvey-welsh@eastrenfrewshire.gov.uk
- Contact Phone
- +44 1415773669
Buyer Location
- Locality
- GIFFNOCK
- Postcode
- G46 6UG
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- East Renfrewshire
- Electoral Ward
- Giffnock and Thornliebank
- Westminster Constituency
- East Renfrewshire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP459394
Provision of Treasury Management Services - East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of Treasury Management & Advisory Services to the Council. Contractors are invited to submit tenders on a fixed annual service charge basis for the whole service. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV463632
Provision of Treasury Management Services - East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of Treasury Management & Advisory Services to the Council. Contractors are invited to submit tenders on a fixed annual service charge basis for the whole service. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000706961-2022-11-08T00:00:00Z",
"date": "2022-11-08T00:00:00Z",
"ocid": "ocds-r6ebe6-0000706961",
"initiationType": "tender",
"parties": [
{
"id": "org-82",
"name": "East Renfrewshire Council",
"identifier": {
"legalName": "East Renfrewshire Council"
},
"address": {
"streetAddress": "Eastwood HQ, Eastwood Park,",
"locality": "Giffnock",
"region": "UKM83",
"postalCode": "G46 6UG"
},
"contactPoint": {
"name": "May Harvey-Welsh",
"email": "may.harvey-welsh@eastrenfrewshire.gov.uk",
"telephone": "+44 1415773669",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.eastrenfrewshire.gov.uk"
}
},
{
"id": "org-83",
"name": "Paisley Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Paisley Sheriff Court and Justice of the Peace Court"
},
"address": {
"locality": "Paisley",
"postalCode": "PA3 2HW"
},
"contactPoint": {
"email": "paisley@scotcourts.gov.uk",
"url": "http://www.scotcourts.gov.uk/the-courts/court-locations/paisley-sheriff-court-and-justice-of-the-peace-court"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-575",
"name": "East Renfrewshire Council",
"identifier": {
"legalName": "East Renfrewshire Council"
},
"address": {
"streetAddress": "Eastwood HQ, Eastwood Park,",
"locality": "Giffnock",
"region": "UKM83",
"postalCode": "G46 6UG"
},
"contactPoint": {
"name": "May Harvey-Welsh",
"email": "may.harvey-welsh@eastrenfrewshire.gov.uk",
"telephone": "+44 1415773669",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.eastrenfrewshire.gov.uk"
}
},
{
"id": "org-509",
"name": "Link Treasury Services",
"identifier": {
"legalName": "Link Treasury Services"
},
"address": {
"streetAddress": "65 Gresham Street",
"locality": "London",
"region": "UKI",
"postalCode": "EC2V 7NQ"
},
"contactPoint": {
"telephone": "+44 7710504730"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-576",
"name": "Paisley Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Paisley Sheriff Court and Justice of the Peace Court"
},
"address": {
"locality": "Paisley",
"postalCode": "PA3 2HW"
},
"contactPoint": {
"email": "paisley@scotcourts.gov.uk",
"url": "http://www.scotcourts.gov.uk/the-courts/court-locations/paisley-sheriff-court-and-justice-of-the-peace-court"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "East Renfrewshire Council",
"id": "org-575"
},
"tender": {
"id": "ERC000027",
"title": "Provision of Treasury Management Services",
"description": "East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of Treasury Management & Advisory Services to the Council. Contractors are invited to submit tenders on a fixed annual service charge basis for the whole service. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "66600000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 64500,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2022-10-10T12:00:00Z"
},
"awardPeriod": {
"startDate": "2022-10-10T12:00:00Z"
},
"documents": [
{
"id": "SEP459394",
"documentType": "contractNotice",
"title": "Provision of Treasury Management Services",
"description": "East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of Treasury Management & Advisory Services to the Council. Contractors are invited to submit tenders on a fixed annual service charge basis for the whole service. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP459394",
"format": "text/html"
},
{
"id": "NOV463632",
"documentType": "awardNotice",
"title": "Provision of Treasury Management Services",
"description": "East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of Treasury Management & Advisory Services to the Council. Contractors are invited to submit tenders on a fixed annual service charge basis for the whole service. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV463632",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Contractors are invited to submit tenders on a fixed annual service charge basis for the whole service as specified. The service required will include the provision of advice, guidance, training and technical support on all treasury management related activities through a combination of meetings, seminars and telephone email web based help facilities. Key elements of the service are listed in the bullet points detailed below: Regular review of the Council's overall financial position in view of its stated objectives Regular assessment of, and advice on, economic climate and its impact on the Council's financial strategies; Regular forecasting and advice on interest rates and their impact on the Council Identification of potential investment opportunities independent advice on creditworthiness of potential counterparties and assessment of available investment products Independent advice on borrowing strategy and timing; Identification of/independent advice on potential debt rescheduling opportunities; Support and advice on compilation of the Council's investment strategy, Treasury Management Strategy report, Annual Review report, Treasury Management Policy statement and Treasury Management Practices; Support and advice in relation to CIPFA's Code of Treasury Management, the Prudential Code and Prudential Indicators; Year End reporting including Fair Value calculations & guidance on any relevant changes to the current Accounting Code of Practice. Quarterly strategy update meetings with Council staff Nominated telephone contacts plus helpline facility Provision of in-house treasury training, for staff & members and local access to seminars etc.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. Quality weighting above are sub weighting and the overall weighting for quality is 60. Estimated value includes the 36 months + 2 x 12 month extension periods exclusive of VAT. With VAT 77400",
"status": "complete",
"value": {
"amount": 64500,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend by up to 2 x 12 month periods"
}
}
],
"bidOpening": {
"date": "2022-10-10T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "In order to provide this service bidders must be registered with of the Financial Conduct Authority (FCA) IPFA's Code of Treasury Management the Prudential Code and Prudential Indicators"
},
{
"type": "economic",
"minimum": "The Council reserves the right at its own discretion to seek information from the applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant's economic and financial standing. East Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these goods, works or services. Where an economic operator wishes to be considered for selection under this contract but cannot meet the turnover and/or Credit Safe score of 30 that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for any contract award (Regulation 61(8)). Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information. Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require that the consortium, as a group, can meet the financial selection requirements contained in the procurement documents. Where a bidder is part of a Consortium, it shall procure the execution and delivery to the Employer of a Consortium Guarantee (in the form provided by the council) executed by each member of the Consortium (acting as Consortium guarantor) in Self Proving Form. The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents. Further detail is contained within the procurement documents. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5 million GBP Public Liability Insurance 5 million GBP Professional Indemnity Insurance 2 million GBP"
},
{
"type": "technical",
"description": "Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms. b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2C.1 of the qualification envelope."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "66600000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "once the 36 months + 2 x 12 extension periods are used"
}
},
"language": "EN",
"description": "The total value awarded includes the 12 month extension period exc VAT (SC Ref:712672)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000706961"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000706961"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "ERC000027",
"suppliers": [
{
"id": "org-509",
"name": "Link Treasury Services"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "ERC000027",
"awardID": "ERC000027",
"status": "active",
"value": {
"amount": 68500,
"currency": "GBP"
},
"dateSigned": "2022-11-01T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1877",
"measure": "bids",
"value": 1,
"relatedLot": "1"
},
{
"id": "1878",
"measure": "smeBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "1879",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1880",
"measure": "foreignBidsFromNonEU",
"value": 1,
"relatedLot": "1"
},
{
"id": "1881",
"measure": "electronicBids",
"value": 1,
"relatedLot": "1"
}
]
}
}