Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
Contact person: Jacqueline Burns
E-mail: jacqueline.burns@edinburgh.gov.uk
NUTS: UKM75
Internet address(es)
Main address: http://www.edinburgh.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Investment Order Management System - Lothian Pension Fund (LPF)
Reference number: CT1725
II.1.2) Main CPV code
48100000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The City of Edinburgh Council (the Council) is administering authority of the Lothian Pension Fund (LPF).
Lothian Pension Fund (LPF) is seeking to establish a new contract for an Order Management System (OMS). The OMS is an ongoing requirement to support the investment of the listed assets of Lothian Pension Fund under internal management or under the management of Lothian Pension Fund’s subsidiary company, LPFI Limited.
This service is regulated by the Financial Conduct Authority and as such an automated Order Management System is required.
This procurement process will be competitive dialogue process in line with Public Contracts (Scotland) Regulations 31.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48441000
48442000
48411000
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
Edinburgh Lothian
II.2.4) Description of the procurement
The City of Edinburgh Council (the Council) is the administering authority of Lothian Pension Fund (LPF).
LPF requires a new contract for an Order Management System (OMS). The OMS is an ongoing requirement to support the investment of LPF assets under internal management and the client assets under the management of LPF’s subsidiary company, LPFI Limited. Without the functionality of an OMS, LPF and LPFI are exposed to greater risk of trading errors, regulatory breaches and reduced efficiency, all of which may also impair investment performance.
LPFI provides investment management services to external clients. This service is regulated by the Financial Conduct Authority and the strong control environment and operational resilience required under this regulatory oversight increases the need for an automated Order Management System. The system must maintain availability based on a 24/7 working week.
The requirement will be for the supplier to be able to implement the new solution within 6 months of the contract award including connectivity to LPF's custodian, Northern Trust.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The contract shall run for a period of five years with the option to extend for a three-year period and a further 24-month period from the contract start date. Total 10 years including extension periods, which are at the sole discretion of the Council.
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Please refer to invitation to tender document
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Failure to complete both the online SPD and the attached Selection Questionnaire may result in the bid being rejected as non-compliant.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
The bidder should provide its (general) yearly turnover for the number of financial years specified -
Number of financial years and minimum required turnover per year - A minimum general annual turnover of 1620000 (GBP) for each of the last two financial years.
4B5b Insurance - Employer's (Compulsory) Liability
The Bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of Employer's (Compulsory) Liability Insurance cover indicated.
Minimum amount - 10 million (GBP)
4B5c Insurance - All other types listed
The Bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of all other types of insurance cover indicated.
Minimum amount - Type of insurance
5 million (GBP) Public Liability
5 million (GBP) - Professional Indemnity
Question 4B.6 (Financial Stability)Bidders must provide -
Annual Reports: Last two years of audited Financial Statements. Criteria: Unqualified audit opinion, prepared under the going concern basis, with no material misstatements.
Internal Controls: Last two audited internal controls reports (SOC2 Type 2 or equivalent). Criteria: Unqualified audit opinion with no material breaches noted.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive dialogue
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
01/05/2026
Local time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
15/05/2026
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Between 4 to 10 years time
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
This procurement is being conducted by The City of Edinburgh Council in its capacity as the Administering Authority of the Lothian Pension Fund, a fund within the Local Government Pension Scheme (LGPS) in Scotland. All references to 'the Authority' or 'the Buyer' within the tender documentation refer to the City of Edinburgh Council acting on behalf of the Lothian Pension Fund.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=826734.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
The Contracting Authority does not intend to include a sub-contract clause for this procurement as the subject matter concerns a highly specialized and integrated Order Management System (OMS). The delivery of this critical financial infrastructure requires a single, unified solution provided by a prime contractor to ensure system integrity, data security, and seamless integration with existing IBOR and custodial functions. Given the technical complexity and the Authority’s fiduciary duty to its members, it is anticipated that the core services will be delivered directly by the software provider and are not suitable for sub-contracting to third parties
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
Lothian Pension Fund waived this requirement as an entity.
(SC Ref:826734)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=826734
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court
27 Chamber Street
Edinburgh
EH1 1LB
UK
VI.5) Date of dispatch of this notice
31/03/2026