Tender

Asset Class Modelling & Allocation Services

  • LONDON LGPS CIV LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-013702

Procurement identifier (OCID): ocds-h6vhtk-04fa80

Published 31 March 2025, 11:12am

Last edited 8 April 2025, 2:32pm

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

Draft contract award form and contract terms published in downloads section.

Scope

Reference

P00125

Description

LCIV wishes to procure data sets and modelling, scenario and risk analysis tools and related services which will be used to support the delivery of asset class modelling and allocation services to our Partner Funds, including advising on the appropriate risk profile for Partner Funds to take into account their strategic objectives and risk appetites. The data, tools and services must cover the full range of public and private market strategies used by the London Local Authority LGPS.

LCIV is inviting suppliers to bid their respective solutions, including proof-of-concept presentations which will enable bidders to demonstrate (and LCIV to evaluate) detailed functional capabilities of the proposed solutions, and the method of delivery of these solutions to the authority.

We anticipate that the appointed supplier will enter into a single agreement with LCIV for the provision of data and services and that such data and services will be allowed to be passed onto shared with our Partner Funds where they have a contractual agreement with LCIV for such services.

Total value (estimated)

  • £2,700,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 January 2026 to 31 December 2028
  • Possible extension to 31 December 2032
  • 7 years

Description of possible extension:

Subject to satisfactory performance and ability to accommodate any service changed arising during the contract period, they initial contract period may be extended.

Main procurement category

Services

CPV classifications

  • 66151000 - Financial market operational services

Contract locations

  • UK - United Kingdom

Submission

Submission type

Requests to participate

Deadline for requests to participate

28 April 2025, 5:00pm

Submission address and any special instructions

Enquiries and Submissions may only be made via email to the following address:

procurement@londonciv.org.uk

Tenders may be submitted electronically

No

Languages that may be used for submission

English

Suppliers to be invited to tender

Maximum 8 suppliers

Selection criteria:

Previous track record of delivering similar services within a related sector.

Award decision date (estimated)

23 June 2025


Award criteria

This table displays the award criteria of the lot
Name Type Order of importance
Ability to derive capital markets risk and return assumptions for the full range of public and private markets asset classes and to model and optimise these inputs Quality 1
Approach used to generate asset class assumptions and techniques used to model and optimise outputs under different scenarios. Quality 2
Experience and track record of delivering asset class modelling and allocation services to LGPS and other institutional investors Quality 3
Method of delivery of services to London CIV and its Partner Funds, and capacity to scale up the service to cover the full range of London CIV clients. Quality 4
Ability to incorporate climate scenarios and best practice in responsible investment into the asset allocation process. Quality 5
Cost of providing the services Cost 6

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

The procurement will be structured into two key stages:

a. Stage 1: Selection

i. Applicants who have expressed an interest in the procurement will need to pre-qualify and must complete the Procurement Specific Questionnaire (PSQ) and have registered their details on the Central Digital Portal (CDP) within the Find a Tender portal.

ii. The PSQ sets out the information required by the authority in order to assess the suitability of applicants to perform the Services as well as their economic and financial standing and technical and professional ability.

iii. Tenders will be evaluated based on the bidder's written submission and proof of concept presentations.

iv. LCIV reserves the right to limit the number of applicants that are invited to Stage 2 of the procurement to no more than 5 that have received the highest scores under section 3 of the PSQ.

b. Stage 2: Invitation to Tender

i. The Authority will issue an ITT to applicants that are shortlisted to Stage 2 following the evaluation of the PSQ responses.

ii. A draft ITT will be made available to applicants on request via email during Stage 1 of the procurement for information only. Applicants must not respond to the draft ITT during Stage 1 of the procurement.

Justification for not publishing a preliminary market engagement notice

Market engagement was light touch exercise to help shape the requirement, this service requirement has been brought about by regulatory change.


Contracting authority

LONDON LGPS CIV LIMITED

  • Companies House: 09136445
  • Public Procurement Organisation Number: PQBW-9692-CYCW

4th Floor, 22 Lavington Street

London

SE1 0NZ

United Kingdom

Contact name: Ian Inglis

Email: procurement@londonciv.org.uk

Website: http://www.londonciv.org.uk

Region: UKI44 - Lewisham and Southwark

Organisation type: Public authority - sub-central government