Scope
Reference
CBDMC
Description
WYPF is moving forward to achieve the HMG requirement to work with other LGPS entities to form a larger pension pool entity that will seek FCA authorisation for its ongoing regulatory oversight. To achieve this, we have identified a number of key changes that are required and one of the these will be addressed by the procurement of an Investment Order Management System. The system we will procure must be able to provide full trade management support, be able to communicate with our existing service providers and have global as well as UK trade support capabilities. To ensure the system is appropriate we will need the chosen system to have a proven historic and ongoing usage providing trade support to at least three FCA regulated Asset Management companies with assets under management exceeding £10Billion.
Total value (estimated)
- £540,000 excluding VAT
- £648,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 21 November 2025 to 20 November 2030
- 5 years
Main procurement category
Services
CPV classifications
- 48411000 - Investment management software package
- 48000000 - Software package and information systems
- 48442000 - Financial systems software package
- 66000000 - Financial and insurance services
- 72000000 - IT services: consulting, software development, Internet and support
Contract locations
- UK - United Kingdom
Submission
Enquiry deadline
12 August 2025, 10:00pm
Submission type
Tenders
Tender submission deadline
27 September 2025, 12:00am
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
13 November 2025
Award criteria
Name | Type | Weighting |
---|---|---|
SME assessment and review of the responses for Stage 1. | Quality | 50% |
Implementation and ongoing cost | Cost | 30% |
Questionnaire score | Quality | 20% |
Other information
Payment terms
To be agreed as part of the finalisation contract discussions.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
The Authority will be conducting a multi stage procurement process where Suppliers are first invited to complete a PSQ and Assessment Questionnaire from which the top 4 Highest Scored assessed Suppliers will be invited to participate in Stage 2 of the Procurement to make a final presentation to Senior team members at WYPF and any other relevant stakeholders, using the methodology described in the Assessment Questionnaire. The Contract will be subject to negotiations between Suppliers and the Authority in this Procurement. Suppliers to define the full definition and requirements to be agreed within the terms and conditions of the Contract. This includes the finalised costs and fees of the service to be provided, the term of its duration and any potential break clauses. The Authority reserves the right to negotiate these terms. Only those Suppliers invited to make a presentation of their system and following discussion with WYPF as to their system meets the needs of WYPF, now and going forward after implementation, in the opinion of the assessing panel of WYPF will be considered for the award of the Contract.
Justification for not publishing a preliminary market engagement notice
There are limited suppliers within the market due to the nature of this procurement requirement.
Contracting authority
City of Bradford Metropolitan District Council
- Public Procurement Organisation Number: PBWW-4714-TBHN
Britannia House, Hall Ings
Bradford
BD1 1HX
United Kingdom
Contact name: Mo Owolabi
Telephone: +44 7483970737
Email: Mo.Owolabi@bradford.gov.uk
Website: https://www.bradford.gov.uk/
Region: UKE41 - Bradford
Organisation type: Public authority - sub-central government