Pension Fund Management Services Bexley Council
UK property multi manager.
UK-London: pension fund management services
2012/S 30-048597
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Bexley
Civic Offices
Contact point(s): Procurement Team
For the attention of: Sue Morton
DA6 7LB Bexleyheath
UNITED KINGDOM
Telephone: +44 2030455123
E-mail: sue.morton@bexley.gov.uk
Fax: +44 2082946385
Internet address(es):
Address of the buyer profile: WWW.BEXLEY.GOV.UK
Electronic access to information: www.LONDONTENDERS.ORG
Electronic submission of tenders and requests to participate: www.LONDONTENDERS.ORG
Further information can be obtained from: London Borough of Bexley
London Tenders Portal
WWW.LONDONTENDERS.ORG
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: London Borough Of Bexley
London Tenders Portal
UNITED KINGDOM
Internet address: WWW.LONDONTENDERS.ORG
Tenders or requests to participate must be sent to: London Borough of Bexley
UNITED KINGDOM
Internet address: WWW.LONDONTENDERS.ORG
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:
UK property multi manager.
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
NUTS code UKI22
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)
Pension fund management services. To consider appointing a property multi manager to initially manage c 31 000 000 GBP on behalf of the Fund rising to c 50 000 000 GBP. This represents approximately 10 % of the total Fund assets. The Pensions Committee reserves the right to alter the value of the funds awarded and this may change over time. The proposed initial mandate is a UK property multi manager mandate.
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 initial intention of the Council is to invest 50 000 000 GBP (approximately 10 % of total Fund assets) with the appointed manager. The Pensions Committee reserves the right to alter the value of the funds awarded and this may change over time.
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: Candidates must be registered under the terms of the FSA 1986, or equivalent law of member state to manage assets of occupational pension funds. Proof of registration must be provided.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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: yes
Reference to the relevant law, regulation or administrative provision: Please see III.2.1.
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
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:
4178
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
29.3.2012 – 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
IV.3.8)Conditions for opening tenders
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
Although the contract is a rolling contract, it is subject to the review and termination conditions set out in the contract. The contract will be regularly reviewed and subject to formal review at least every 3 years. GO Reference: GO-201229-PRO-3706713.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:9.2.2012