← Back to opportunities

Asset Class Modelling & Allocation Services

LONDON LGPS CIV LIMITED

Buyer Contact Info

Buyer Name: LONDON LGPS CIV LIMITED

Buyer Address: 4th Floor, 22 Lavington Street, London, UKI44, SE1 0NZ, United Kingdom

Contact Name: Ian Inglis

Contact Email: procurement@londonciv.org.uk

Status
active
Procedure
selective
Value
2700000.0 GBP
Gross: 2700000 GBP
Published
08 Apr 2025, 13:32
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
66151000 - Financial market operational services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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.

Linked Documents

Select a document to preview.
Other Documents (1)

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/013702-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value (Gross): GBP 2,700,000

Lot 1 Contract Start: 2026-01-01T00:00:00Z

Lot 1 Contract End: 2028-12-31T23:59:59Z

Lot 1 Award Criterion (quality): 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 (1)

Lot 1 Award Criterion (quality): Approach used to generate asset class assumptions and techniques used to model and optimise outputs under different scenarios. (2)

Lot 1 Award Criterion (quality): Experience and track record of delivering asset class modelling and allocation services to LGPS and other institutional investors (3)

Lot 1 Award Criterion (quality): 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. (4)

Lot 1 Award Criterion (quality): Ability to incorporate climate scenarios and best practice in responsible investment into the asset allocation process. (5)

Lot 1 Award Criterion (cost): Cost of providing the services (6)

Documents

Document Description: Not published

Document Description: Draft contract award form

Document Description: Mid-tier contract terms

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-COH-09136445",
    "name": "LONDON LGPS CIV LIMITED"
  },
  "date": "2025-04-08T14:32:49+01:00",
  "id": "013702-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-04fa80",
  "parties": [
    {
      "additionalIdentifiers": [
        {
          "id": "PQBW-9692-CYCW",
          "scheme": "GB-PPON"
        }
      ],
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "SE1 0NZ",
        "region": "UKI44",
        "streetAddress": "4th Floor, 22 Lavington Street"
      },
      "contactPoint": {
        "email": "procurement@londonciv.org.uk",
        "name": "Ian Inglis"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "http://www.londonciv.org.uk"
      },
      "id": "GB-COH-09136445",
      "identifier": {
        "id": "09136445",
        "scheme": "GB-COH"
      },
      "name": "LONDON LGPS CIV LIMITED",
      "roles": [
        "buyer"
      ]
    }
  ],
  "planning": {
    "noEngagementNoticeRationale": "Market engagement was light touch exercise to help shape the requirement, this service requirement has been brought about by regulatory change."
  },
  "tag": [
    "tenderUpdate"
  ],
  "tender": {
    "aboveThreshold": true,
    "amendments": [
      {
        "description": "Draft contract award form and contract terms published in downloads section.",
        "id": "013702-2025"
      }
    ],
    "awardPeriod": {
      "endDate": "2025-06-23T23:59:59+01:00"
    },
    "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.\nLCIV 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.\nWe 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.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/zip",
        "id": "A-384",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-384"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document",
        "id": "A-385",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-385"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document",
        "id": "A-386",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-386"
      },
      {
        "description": "Draft contract award form",
        "documentType": "biddingDocuments",
        "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document",
        "id": "A-539",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-539"
      },
      {
        "description": "Mid-tier contract terms",
        "documentType": "biddingDocuments",
        "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document",
        "id": "A-540",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-540"
      },
      {
        "datePublished": "2025-04-08T14:32:49+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "013702-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/013702-2025"
      }
    ],
    "expressionOfInterestDeadline": "2025-04-28T17:00:00+01:00",
    "id": "P00125",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Financial market operational services",
            "id": "66151000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "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",
              "numbers": [
                {
                  "number": 1,
                  "weight": "order"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Approach used to generate asset class assumptions and techniques used to model and optimise outputs under different scenarios.",
              "numbers": [
                {
                  "number": 2,
                  "weight": "order"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Experience and track record of delivering asset class modelling and allocation services to LGPS and other institutional investors",
              "numbers": [
                {
                  "number": 3,
                  "weight": "order"
                }
              ],
              "type": "quality"
            },
            {
              "name": "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.",
              "numbers": [
                {
                  "number": 4,
                  "weight": "order"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Ability to incorporate climate scenarios and best practice in responsible investment into the asset allocation process.",
              "numbers": [
                {
                  "number": 5,
                  "weight": "order"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Cost of providing the services",
              "numbers": [
                {
                  "number": 6,
                  "weight": "order"
                }
              ],
              "type": "cost"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2028-12-31T23:59:59Z",
          "maxExtentDate": "2032-12-31T23:59:59Z",
          "startDate": "2026-01-01T00:00:00Z"
        },
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "Subject to satisfactory performance and ability to accommodate any service changed arising during the contract period, they initial contract period may be extended."
        },
        "secondStage": {
          "maximumCandidates": 8
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Previous track record of delivering similar services within a related sector.",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "value": {
          "amountGross": 2700000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "The procurement will be structured into two key stages:\na.\tStage 1: Selection\ni.\tApplicants 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.\nii.\tThe 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.\niii.\tTenders will be evaluated based on the bidder\u0027s written submission and proof of concept presentations.\niv.\tLCIV 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.\nb.\tStage 2: Invitation to Tender\ni.\tThe Authority will issue an ITT to applicants that are shortlisted to Stage 2 following the evaluation of the PSQ responses.\nii.\tA 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."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "status": "active",
    "submissionMethodDetails": "Enquiries and Submissions may only be made via email to the following address:\nprocurement@londonciv.org.uk",
    "submissionTerms": {
      "electronicSubmissionPolicy": "notAllowed",
      "languages": [
        "en"
      ]
    },
    "title": "Asset Class Modelling \u0026 Allocation Services",
    "value": {
      "amountGross": 2700000,
      "currency": "GBP"
    }
  }
}