Investment management services
The Council invites tenders from interested parties to provide investment management services to London Borough of Barking & Dagenham Pension Fund for the management of a diversified portfolio of “growth” assets.
UK-Dagenham: pension fund management services
2012/S 21-034432
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Barking and Dagenham Pension Fund
Civic Centre, Rainham Road North
For the attention of: Cameron McMullen
RM10 7BN Dagenham
UNITED KINGDOM
Telephone: +44 7717690671
E-mail: jltic-swim-bdar@jltgroup.com
Fax: +44 1612531169
Internet address(es):
General address of the contracting authority: http://www.lbbd.gov.uk/
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: JLT Benefit Solutions
St James’s House, 7 Charlotte Street
M1 4DZ Manchester
UNITED KINGDOM
E-mail: jltic-swim-bdar@jltgroup.com
Internet address: http://www.jltic-swim.com
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:
Investment management services – absolute return.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 6: Financial servicesa)Insurances services b)Banking and investment services
Main site or location of works, place of delivery or of performance: Barking and Dagenham Direct.
C/o Civic Centre.
Dagenham.
RM10 7BN.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Council invites tenders from interested parties to provide investment management services to London Borough of Barking & Dagenham Pension Fund for the management of a diversified portfolio of “growth” assets.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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 Barking & Dagenham Pension Fund is seeking to appoint a single multi asset investment fund manager to provide additional return to the fund through their asset allocation abilities. An allocation of (currently) 75 000 000 GBP of the London Borough of Barking & Dagenham Pension Fund will be awarded to the successful candidate.
Potential strategies can include Dynamic Asset Allocation or appropriate absolute return strategies, although it is unlikely that. Any of the strategies may include derivatives or a physical equity content.
Long term returns are expected to be close to those from an equity portfolio, whether expressed relative to inflation (eg. RPI +5 % pa) or to cash (eg. LIBOR +3 %). Absolute volatility expected in the long term to be 66 % or less that of equity markets. Correlation to equity markets is expected to be less than 0.7.
The successful candidate(s) will be expected to provide input to regular meetings with London Borough of Barking & Dagenham Pension Fund, where they will be required discuss the outlook for the various assets classes.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As detailed in the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
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: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
jltic-swim-bdar
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 5.3.2012 – 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
12.3.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 12.3.2012 – 13:00
Place:
St James’s House, 7 Charlotte Street, Manchester M1 4DZ.
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: As detailed in the tender documentation.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:30.1.2012