London Borough of Bromley: Contract for the provision of Global Equity Pension Fund Investment Managers for the London Borough of Bromley Pension Fund

  London Borough of Bromley has published this notice through Delta eSourcing

Notice Summary
Title: Contract for the provision of Global Equity Pension Fund Investment Managers for the London Borough of Bromley Pension Fund
Notice type: Contract Notice
Authority: London Borough of Bromley
Nature of contract: Services
Procedure: Restricted
Short Description: The London Borough of Bromley in its capacity as Administrating Authority for the London Borough of Bromley Pension Fund (“the Authority”) is seeking to appoint up to three Investment Managers to run long only global equity mandates for the London Borough of Bromley Pension Fund (“the Fund”). The appointed Managers will manage in aggregate approximately 70% or c£370.0m of the Fund’s total assets of c £526.0m. It is anticpated that these mandates will commence 1st July 2013 or at such date as directed by the Council.
Published: 18/02/2013 14:33

View Full Notice

UK-Bromley: Pension investment services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Tel. +44 2083134291, Email: martin.reeves@bromley.gov.uk, URL: www.bromley.gov.uk
      Attn: Martin Reeves

      Further information can be obtained at: ANNEX A.I
            
      Specifications and additional documents: ANNEX A.II
            
      Tenders or requests to participate must be sent to: ANNEX A.III
            
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Contract for the provision of Global Equity Pension Fund Investment Managers for the London Borough of Bromley Pension Fund
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 6

         Region Codes: UKJ4 - Kent         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Pension investment services. The London Borough of Bromley in its capacity as Administrating Authority for the London Borough of Bromley Pension Fund (“the Authority”) is seeking to appoint up to three Investment Managers to run long only global equity mandates for the London Borough of Bromley Pension Fund (“the Fund”). The appointed Managers will manage in aggregate approximately 70% or c£370.0m of the Fund’s total assets of c £526.0m.

It is anticpated that these mandates will commence 1st July 2013 or at such date as directed by the Council.
         
      II.1.6)Common Procurement Vocabulary:
         66131100 - Pension investment services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The London Borough of Bromley in its capacity as Administrating Authority for the London Borough of Bromley Pension Fund (“the Authority”) is seeking to appoint up to three Investment Managers to run long only global equity mandates for the London Borough of Bromley Pension Fund (“the Fund”). The appointed Managers will manage in aggregate approximately 70% or c£370.0m of the Fund’s total assets of c £526.0m.

Up to three global equity mandates each of 19% to 29% of the Fund’s total assets. The mandates may use active strategies and be either be authorised pooled or segregated funds. The Authority would prefer global equity strategies which aim to out perform market capitalisation weighted indices over market cycles in different prevailing economic conditions and in particular to provide protection in falling markets. All strategies must exhibit diversification by geographical region, industry sector and market capitalisation. Strategies can expect to be benchmarked against market capitalisation weighted indices such as the MSCI World, MSCI AC World or the FTSE A All World for example.      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                           Number of possible renewals: Range between: 2 to 5                  
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 36
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 180 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      As detailed within the Tender Documents.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As detailed within the Tender Documents.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The contracting authority reserves the right to require groupings of service providers to take a particular legal form or to require a single provider to take primary liability or to require each party to undertake joint and several liability if relevant. Further details will be set out in the tender documents.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      As detailed within the Tender Documents.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

      As detailed within the Tender Documents.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         As detailed within the Tender Documents.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         
         Information and formalities necessary for evaluating if requirements are met:
         As detailed within the Tender Documents.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Yes       
      If yes, reference to relevant law, regulation or administrative provision:
      Requests to participate will only be accepted from investment managers which conform to the definition of investment manager in Regulation 7 of the Local Government Pension Scheme (Management and Investment of Funds) Regulations 2009. This will include:

a) firms authorised by the UK Financial Services Authority with permission to manage investments (and which may lawfully manage the assets of occupational pension schemes) and

b) EEA firms which are authorised in their home state and have permission to manage investments (and may lawfully manage the assets of occupational pension schemes).

c) The manager would need to comply with the requirements of the Local Government Pension Scheme (Management and Investment of Funds) Regulations 2009.      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5 and maximum number: 12         
         Objective Criteria for choosing the limited number of candidates:
         As detailed within the Tender Documents.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 22/03/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: Evaluation of the tender will be based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council's Contract Procedure Rules and in accordance with the stated criteria.

Tenderers should note that the evaluation of the above criteria for Quality issues etc will also include the operation of minimum score thresholds. If the Tenderer's proposal receives a score below the required threshold then the bid may not be considered further. (The minimum acceptable score is a requirement to obtain at least half of the available points in any particular area).

The Council may make use of the contract for further negotiated arrangements to the extent permissible and in compliance with the relevant Procurement Regulations.

The contract will be subject to periodic review of performance on fund management and returns made as further detailed in the contract documentation.

The London Borough of Bromley has appointedAllenbridgeEpic Investment Advisors Limited to assist with this procurement process.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=51617327
GO-2013218-PRO-4596273 TKR-2013218-PRO-4596272
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Email: mark.bowen@bromley.gov.uk

      Body responsible for mediation procedures:
               DRS-CIArb on behalf of the Chartered Institute of Arbitrators
         12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
         Tel. +44 8452707055, Email: padre@bipsolutions.com, URL: http://www.bipsolutions.com/

      VI.4.2)Lodging of appeals: The Remedies Directive and 'Alcatel' mandatory standstill period provide clear and effective procedures for seeking redress in cases where bidders consider contracts have been unfairly awarded. Appeals against the award must be made within a period of 10 days (if contractors have been notified electronically) of the award of contract to the address shown in VI.4.1. Requests for additional de-briefing within the standstill period must be made in writing (which includes fax and email) to the same address. Any such request must be received by the contracting authority no later than midnight of the second day of the standstill period.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Tel. +44 2083134639

   VI.5) Date Of Dispatch Of This Notice: 18/02/2013

ANNEX A
   I) Addresses and contact points from which further information can be obtained:
      AllenbridgeEpic Investment Advisers Limited
      26th Floor, 125 Old Broad Street, London, EC2N 1AR, United Kingdom
      Tel. +44 2070791000, Email: opentenders@allenbridgeepic.com
      Attn: Alick Stevenson   
   
   II) Addresses and contact points from which specifications and additional documents can be obtained:
      AllenbridgeEpic Investment Advisers Limited
      26th Floor, 125 Old Broad Street, London, EC2N 1AR, United Kingdom
      Tel. +44 2070791000, Email: opentenders@allenbridgeepic.com
      Attn: Alick Stevenson   
   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
      AllenbridgeEpic Investment Advisers Limited
      26th Floor, 125 Old Broad Street, London, EC2N 1AR, United Kingdom
      Tel. +44 2070791000, Email: opentenders@allenbridgeepic.com, URL: www.allenbridgeepic.com
      Attn: Alick Stevenson

View any Notice Addenda

View Award Notice

UK-Bromley: Pension investment services.

Section I: Contracting Authority
   Title: UK-Bromley: Pension investment services.
   I.1)Name, Addresses and Contact Point(s):
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Tel. +44 2083134291, Email: martin.reeves@bromley.gov.uk, URL: www.bromley.gov.uk
      Attn: Martin Reeves

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Contract for the provision of Global Equity Pension Fund Investment Managers for the London Borough of Bromley Pension Fund      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 6
         
         Region Codes: UKJ4 - Kent         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Pension investment services. The London Borough of Bromley has appointed three Investment Managers to run long only global equity mandates for the London Borough of Bromley Pension Fund (“the Fund”) as detailed in previous contract notice. Please note that this is an award notice and the Council is not inviting further tenders.
      II.1.5)Common procurement vocabulary:
         66131100 - Pension investment services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Financial (fees & investment performance) - 24
         Non-financuial (organisation structure, people, investment philosophy and process, portfolio construction and risk management & global equity specific) - 76
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2013/S 38 - 60167 of 22/02/2013
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 17/10/2013      
      V.2) Information About Offers
         Number Of Offers Received: 12          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Baillie Gifford
         Postal address: Calton Square, 1 Greenside Row
         Town: Edinburgh
         Postal code: EH1 3AN
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   2: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 17/10/2013      
      V.2) Information About Offers
         Number Of Offers Received: 12          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Blackrock
         Postal address: 12 Throgmorton Avenue
         Town: London
         Postal code: EC2N 2DL
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   3: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 17/10/2013      
      V.2) Information About Offers
         Number Of Offers Received: 12          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: MFS International (U.K.) Limited
         Postal address: Paternoster House, 65 St Paul's Churchyard
         Town: London
         Postal code: EC4M 8AB
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=80596404
GO-2013122-PRO-5303753 TKR-2013122-PRO-5303752   
   VI.3.1)Body responsible for appeal procedures:
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Email: mark.bowen@bromley.gov.uk

      Body responsible for mediation procedures:
         DRS-CIArb on behalf of the Chartered Institute of Arbitrators
         12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
         Tel. +44 8452707055, Email: padre@bipsolutions.com, URL: http://www.bipsolutions.com/
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Tel. +44 2083134639
   
   VI.4)Date Of Dispatch Of This Notice: 02/12/2013