Award

Fund Administration, Custody, Depository & Client Reporting Services

LONDON LGPS CIV LIMITED

This public procurement record has 3 releases in its history.

Award

04 Dec 2025 at 11:52

Tender

18 Jun 2025 at 13:04

Planning

06 May 2025 at 12:15

Summary of the contracting process

The London LGPS CIV Limited is actively engaging in the procurement of Fund Administration, Custody, Depository, and Client Reporting Services, structured across three distinct Lots under Competitive Flexible Procedure as per the Procurement Act 2023. This procurement process is crucial for replacing current providers, with the transition period already set for preparation before the official start date on 1 January 2026. Located in London, the buyer seeks services in the finance and investment administration sector, with key decisions made on 4 December 2025. The procurement stage is complete, with awards pending, and it highlights significant opportunities for large-scale providers capable of delivering comprehensive financial administration and client reporting solutions.

This procurement opens opportunities for businesses, particularly those specialising in financial market administration, trust and custody services, as well as financial reporting and client service facilitation. The tender appeals to businesses offering a scalable operating model across public and private markets, with a strong emphasis on transparency, governance, and integration capabilities. Large enterprises with extensive experience in financial services and SMEs with innovative reporting solutions can capitalize on this opportunity, providing they can demonstrate operational scale and proficiency in handling UK fund structures and global asset classes. This is especially pertinent under the competitive flexible procedure designed to attract robust service delivery partners.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Fund Administration, Custody, Depository & Client Reporting Services

Notice Description

The Authority is seeking to appoint one or more suppliers to deliver a range of services in support of its investment fund platform, operational oversight model, and client servicing responsibilities. These services have been grouped into three Lots and will be awarded via a Competitive Flexible Procedure under the Procurement Act 2023. The services sought through this procurement will replace those currently delivered by the Authority's existing providers, whose contracts are due to expire on 31 December 2025. A transition window will be established to allow for implementation and onboarding activities in advance of go-live dates. Suppliers may submit proposals for one, multiple, or all Lots. Each Lot will be evaluated and awarded independently, and the Authority reserves the right to award all, some, or none of the Lots depending on the quality and value of tenders received.

Lot Information

Core Services

This Lot forms the operational foundation of the Authority's fund platform and includes essential middle- and back-office services across both public and private market funds. The supplier must demonstrate full integration and automation capabilities across the following areas. Custody * Provision of safekeeping for all asset types including public equity, bonds, private assets, and derivatives. * Full trade lifecycle support including settlement, monitoring, and exception resolution. * Corporate actions processing, including notifications, elections, and entitlement collection. * Proxy voting services aligned with client mandates, with reporting on execution. * Cash and income management across multicurrency accounts, with intraday visibility and control. Fund Administration * NAV production and validation across public (e.g. ACS, EUUT) and private fund structures (e.g. SLPs). * Financial reporting and audit support, including trial balances, annual accounts preparation, and year-end reconciliation. * Management of capital calls, distributions, performance fee crystallisation, and valuation challenges. * Flexible reporting across investor levels and fund structures and share classes. Depository Services * Oversight of regulated fund vehicles, including asset safekeeping verification, cash flow monitoring, and breach escalation. * Segregation of oversight and custody where required under regulation. * Periodic due diligence and assurance reporting. Transfer Agency * Subscription, redemption, and switch processing for investors. * Maintenance of investor registers, anti-money laundering compliance, and document collection. * Client onboarding, portal access, and investor servicing SLAs. * Tailored to both listed and unlisted fund share classes. Investment Operations * Oversight of middle-office processes: trade capture, reconciliations (cash, positions, transactions), and lifecycle monitoring. * Data management for positions, transactions, and reference data including fund static. * Integration with Investment Managers, custodians, and third-party systems. * Provision of timely dashboards, workflow tools, and MI reporting. * Placement of Orders for Pooled Fund activity and Private Market Fund Drawdowns, including FX trade placement. Withholding Tax * Maintenance of tax documentation across jurisdictions. * Application of relief at source where eligible. * Reclaim filing and monitoring, with visibility of status and recovery timing. Reporting on open reclaims, timelines, and recovery rates Suppliers are expected to: Demonstrate operational scale, regulatory expertise, and automation across services Support UK fund structures (e.g., ACS, EUUTs) and global asset classes Provide transparent, flexible service models with strong MI and risk oversight Evidence technology infrastructure, data controls, and continuity measures

Renewal: Subject to enduring requirements and absence of alternative provision.

Client Reporting Services

Lot 2 comprises client-facing reporting and oversight services to support transparency, engagement, and governance with London CIV's underlying clients. This Lot includes the production of standardised client reports, the integration of data sources and systems to enable reporting automation, and the provision of dashboards and oversight tools that facilitate monitoring of service performance This Lot covers services including: Client Reporting * Production of standardised reports (performance, attribution, holdings, risk) tailored to different client types. * Support for templated and bespoke reporting across Private and Public market fund structures. * Adherence to agreed reporting deadlines and publication schedules. * Support for ESG and stewardship-related metrics and disclosures. * Support for SFDR, TCFD, and TNFD reporting where required Data Integration * Integration with third-party systems (e.g. custodians, fund admins) to automatically ingest data. * Reconciliation of data feeds and validation of input data for accuracy. * Data validation processes and audit logs for change management * Daily/weekly/monthly/Quarterly automated data refresh where required. Reporting Flexibility * Support for evolving templates, branding, regulatory disclosures, and investor requirements. * Ability to accommodate new mandates or fund launches with minimal lead time. * Support for cross-fund and cross-client asset consolidated views * Scalable report configuration through no-code or low-code tools Oversight & Engagement Tools * Provision of dashboards to track reporting completion, delays, or data issues. * Workflow tools to support approval and escalation processes. * Audit trails and export functionality for internal oversight. Suppliers are expected to: Demonstrate advanced, flexible reporting platforms and delivery formats Offer reporting aligned to regulatory and client-specific reporting cycles Show integration capabilities with fund administrators, custodians, and performance providers Evidence client access tools and transparency features

Renewal: Contract is structured as 3 + 2 + 2, extensions will be subject to performance and operational requirements

Ancillary Services

Lot 3 comprises additional value-added services that may be required by the Authority in future. These services will be tendered as part of this procurement, but are not guaranteed to be implemented. The inclusion of Lot 3 is intended to support strategic flexibility and operational scalability Performance Measurement and Attribution * Delivery of absolute and relative performance figures across portfolio and benchmarks * Daily and monthly performance calculations at total fund, asset class, and security level. * Time-weighted and money-weighted returns with appropriate benchmarks. * Attribution models to support manager evaluation. * Performance dashboards and historical performance reports. Fund Compliance and Breach Monitoring * Setup and maintenance of investment compliance rules based on fund prospectuses and mandates. * Daily automated breach checks against key metrics (e.g. issuer concentration, duration, credit rating). * Alerts, reporting, and audit trails for compliance monitoring. * Workflow and resolution tools to track breach resolution and reporting obligations. Suppliers must clearly indicate the services offered within this Lot. Suppliers are expected to: Demonstrate specialist expertise and systems in respective service areas Show integration ability with other vendors or platforms Provide examples of existing client service models and SLAs

Renewal: Contract is structured on a 3+2+2 basis.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050d18
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/079676-2025
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

66 - Financial and insurance services

72 - IT services: consulting, software development, Internet and support


CPV Codes

48440000 - Financial analysis and accounting software package

48812000 - Financial information systems

66150000 - Financial markets administration services

66160000 - Trust and custody services

66500000 - Insurance and pension services

66600000 - Treasury services

72510000 - Computer-related management services

Notice Value(s)

Tender Value
£36,000,000 £10M-£100M
Lots Value
£36,000,000 £10M-£100M
Awards Value
£19,003,678 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
4 Dec 20252 months ago
Submission Deadline
27 Jun 2025Expired
Future Notice Date
30 May 2025Expired
Award Date
4 Dec 20252 months ago
Contract Period
1 Jan 2026 - 31 Dec 2028 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LONDON LGPS CIV LIMITED
Contact Name
Not specified
Contact Email
procurement@londonciv.org.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SE1 0NZ
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI44 Lewisham and Southwark
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England)

Local Authority
Southwark
Electoral Ward
Borough & Bankside
Westminster Constituency
Bermondsey and Old Southwark

Supplier Information

Number of Suppliers
2
Supplier Names

NORTHERN TRUST GLOBAL INVESTMENTS

OPUS NEBULA

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-050d18-2025-12-04T11:52:09Z",
    "date": "2025-12-04T11:52:09Z",
    "ocid": "ocds-h6vhtk-050d18",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "019087-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/019087-2025",
                "datePublished": "2025-05-06T13:15:09+01:00",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-COH-09136445",
            "name": "LONDON LGPS CIV LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "09136445"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PQBW-9692-CYCW"
                }
            ],
            "address": {
                "streetAddress": "4th Floor, 22 Lavington Street",
                "locality": "London",
                "postalCode": "SE1 0NZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI44"
            },
            "contactPoint": {
                "email": "procurement@londonciv.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-BR002088",
            "name": "STATE STREET BANK AND TRUST COMPANY",
            "identifier": {
                "scheme": "GB-COH",
                "id": "BR002088"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PGHV-1511-CVPV"
                }
            ],
            "address": {
                "streetAddress": "20 Churchill Place",
                "locality": "London",
                "postalCode": "E14 5HJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI42"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "url": "http://www.statestreet.com",
                "scale": "large",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-03236121",
            "name": "THE BANK OF NEW YORK MELLON (INTERNATIONAL) LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "03236121"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PZCG-3455-YGLM"
                }
            ],
            "address": {
                "streetAddress": "160 Queen Victoria Street",
                "locality": "London",
                "postalCode": "EC4V 4LA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "scale": "large",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-BR025038",
            "name": "THE BANK OF NEW YORK MELLON",
            "identifier": {
                "scheme": "GB-COH",
                "id": "BR025038"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PHHX-8877-HNCX"
                }
            ],
            "address": {
                "streetAddress": "240 Greenwich Street",
                "locality": "New York",
                "postalCode": "EC4V 4LA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "url": "http://www.bny.com",
                "scale": "large",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-03929218",
            "name": "NORTHERN TRUST GLOBAL INVESTMENTS LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "03929218"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PNMY-4934-MNZX"
                }
            ],
            "address": {
                "streetAddress": "50 Bank Street",
                "locality": "London",
                "postalCode": "E14 5NT",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI42"
            },
            "contactPoint": {
                "email": "AM_International_RFP@ntrs.com"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "url": "https://www.northerntrust.com/united-kingdom/home",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-09270336",
            "name": "OPUS NEBULA",
            "identifier": {
                "scheme": "GB-COH",
                "id": "09270336"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PBBM-2431-GZRW"
                }
            ],
            "address": {
                "streetAddress": "271 High Street",
                "locality": "Berkhamsted",
                "postalCode": "HP4 1AA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH23"
            },
            "contactPoint": {
                "email": "enquiries@opus-nebula.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.opus-nebula.com",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-09136445",
        "name": "LONDON LGPS CIV LIMITED"
    },
    "tender": {
        "id": "P00225",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Fund Administration, Custody, Depository & Client Reporting Services",
        "description": "The Authority is seeking to appoint one or more suppliers to deliver a range of services in support of its investment fund platform, operational oversight model, and client servicing responsibilities. These services have been grouped into three Lots and will be awarded via a Competitive Flexible Procedure under the Procurement Act 2023. The services sought through this procurement will replace those currently delivered by the Authority's existing providers, whose contracts are due to expire on 31 December 2025. A transition window will be established to allow for implementation and onboarding activities in advance of go-live dates. Suppliers may submit proposals for one, multiple, or all Lots. Each Lot will be evaluated and awarded independently, and the Authority reserves the right to award all, some, or none of the Lots depending on the quality and value of tenders received.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48812000",
                        "description": "Financial information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66500000",
                        "description": "Insurance and pension services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66600000",
                        "description": "Treasury services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48812000",
                        "description": "Financial information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66500000",
                        "description": "Insurance and pension services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66600000",
                        "description": "Treasury services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48812000",
                        "description": "Financial information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66500000",
                        "description": "Insurance and pension services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66600000",
                        "description": "Treasury services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "procurementMethodDetails": "Competitive flexible procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-01-01T00:00:00Z",
                    "endDate": "2029-12-31T23:59:59Z",
                    "maxExtentDate": "2033-12-31T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "complete",
                "title": "Core Services",
                "description": "This Lot forms the operational foundation of the Authority's fund platform and includes essential middle- and back-office services across both public and private market funds. The supplier must demonstrate full integration and automation capabilities across the following areas. Custody * Provision of safekeeping for all asset types including public equity, bonds, private assets, and derivatives. * Full trade lifecycle support including settlement, monitoring, and exception resolution. * Corporate actions processing, including notifications, elections, and entitlement collection. * Proxy voting services aligned with client mandates, with reporting on execution. * Cash and income management across multicurrency accounts, with intraday visibility and control. Fund Administration * NAV production and validation across public (e.g. ACS, EUUT) and private fund structures (e.g. SLPs). * Financial reporting and audit support, including trial balances, annual accounts preparation, and year-end reconciliation. * Management of capital calls, distributions, performance fee crystallisation, and valuation challenges. * Flexible reporting across investor levels and fund structures and share classes. Depository Services * Oversight of regulated fund vehicles, including asset safekeeping verification, cash flow monitoring, and breach escalation. * Segregation of oversight and custody where required under regulation. * Periodic due diligence and assurance reporting. Transfer Agency * Subscription, redemption, and switch processing for investors. * Maintenance of investor registers, anti-money laundering compliance, and document collection. * Client onboarding, portal access, and investor servicing SLAs. * Tailored to both listed and unlisted fund share classes. Investment Operations * Oversight of middle-office processes: trade capture, reconciliations (cash, positions, transactions), and lifecycle monitoring. * Data management for positions, transactions, and reference data including fund static. * Integration with Investment Managers, custodians, and third-party systems. * Provision of timely dashboards, workflow tools, and MI reporting. * Placement of Orders for Pooled Fund activity and Private Market Fund Drawdowns, including FX trade placement. Withholding Tax * Maintenance of tax documentation across jurisdictions. * Application of relief at source where eligible. * Reclaim filing and monitoring, with visibility of status and recovery timing. Reporting on open reclaims, timelines, and recovery rates Suppliers are expected to: Demonstrate operational scale, regulatory expertise, and automation across services Support UK fund structures (e.g., ACS, EUUTs) and global asset classes Provide transparent, flexible service models with strong MI and risk oversight Evidence technology infrastructure, data controls, and continuity measures",
                "value": {
                    "amountGross": 34424000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Cost",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Scoring of the PSQ responses, with particular focus on Technical Ability, capacity & track record, with strong consideration to the requirements outlined in the documentation.",
                            "forReduction": true
                        }
                    ]
                },
                "renewal": {
                    "description": "Subject to enduring requirements and absence of alternative provision."
                }
            },
            {
                "id": "2",
                "title": "Client Reporting Services",
                "description": "Lot 2 comprises client-facing reporting and oversight services to support transparency, engagement, and governance with London CIV's underlying clients. This Lot includes the production of standardised client reports, the integration of data sources and systems to enable reporting automation, and the provision of dashboards and oversight tools that facilitate monitoring of service performance This Lot covers services including: Client Reporting * Production of standardised reports (performance, attribution, holdings, risk) tailored to different client types. * Support for templated and bespoke reporting across Private and Public market fund structures. * Adherence to agreed reporting deadlines and publication schedules. * Support for ESG and stewardship-related metrics and disclosures. * Support for SFDR, TCFD, and TNFD reporting where required Data Integration * Integration with third-party systems (e.g. custodians, fund admins) to automatically ingest data. * Reconciliation of data feeds and validation of input data for accuracy. * Data validation processes and audit logs for change management * Daily/weekly/monthly/Quarterly automated data refresh where required. Reporting Flexibility * Support for evolving templates, branding, regulatory disclosures, and investor requirements. * Ability to accommodate new mandates or fund launches with minimal lead time. * Support for cross-fund and cross-client asset consolidated views * Scalable report configuration through no-code or low-code tools Oversight & Engagement Tools * Provision of dashboards to track reporting completion, delays, or data issues. * Workflow tools to support approval and escalation processes. * Audit trails and export functionality for internal oversight. Suppliers are expected to: Demonstrate advanced, flexible reporting platforms and delivery formats Offer reporting aligned to regulatory and client-specific reporting cycles Show integration capabilities with fund administrators, custodians, and performance providers Evidence client access tools and transparency features",
                "status": "complete",
                "value": {
                    "amountGross": 576000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Cost",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Competency, flexibility, capacity, track record and price.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-01T00:00:00Z",
                    "endDate": "2028-12-31T23:59:59Z",
                    "maxExtentDate": "2033-12-31T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Contract is structured as 3 + 2 + 2, extensions will be subject to performance and operational requirements"
                }
            },
            {
                "id": "3",
                "title": "Ancillary Services",
                "description": "Lot 3 comprises additional value-added services that may be required by the Authority in future. These services will be tendered as part of this procurement, but are not guaranteed to be implemented. The inclusion of Lot 3 is intended to support strategic flexibility and operational scalability Performance Measurement and Attribution * Delivery of absolute and relative performance figures across portfolio and benchmarks * Daily and monthly performance calculations at total fund, asset class, and security level. * Time-weighted and money-weighted returns with appropriate benchmarks. * Attribution models to support manager evaluation. * Performance dashboards and historical performance reports. Fund Compliance and Breach Monitoring * Setup and maintenance of investment compliance rules based on fund prospectuses and mandates. * Daily automated breach checks against key metrics (e.g. issuer concentration, duration, credit rating). * Alerts, reporting, and audit trails for compliance monitoring. * Workflow and resolution tools to track breach resolution and reporting obligations. Suppliers must clearly indicate the services offered within this Lot. Suppliers are expected to: Demonstrate specialist expertise and systems in respective service areas Show integration ability with other vendors or platforms Provide examples of existing client service models and SLAs",
                "status": "complete",
                "value": {
                    "amountGross": 1000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Cost",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Capability, Capacity, track record & price.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-01-01T00:00:00Z",
                    "endDate": "2029-12-31T23:59:59Z",
                    "maxExtentDate": "2033-12-31T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Contract is structured on a 3+2+2 basis."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-05-30T23:59:59+01:00"
        },
        "status": "complete",
        "value": {
            "amountGross": 36000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procedure": {
            "features": "The procurement will be structured into two key stages followed by an award stage: a. Stage 1: Selection i. Applicants who have expressed an interest in one or more lots of 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. ii. The 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. In preparing your application, you need to consider the questions listed in this document and the requirements detailed. iii. Post the PSQ phase, Tenders will be evaluated based on the bidder's written submission and proof of concept presentations. iv. LCIV reserves the right to limit the number of applicants that are invited to Stage 2 of the procurement. It is anticipated that Lot 1 will be limited to no more than 3 that have received the highest scores after scoring of the PSQ. Lots 2 and 3 will be limited to those invited to to Stage 2 of Lot 1 and no more than 2 others that have received the highest scores after scoring of the PSQ. b. Stage 2: Tender Stage i. The Authority will issue an ITN to applicants that are shortlisted to Stage 2 following the evaluation of the PSQ responses. ii. Tenders will be evaluated based on the bidder's written submission and proof of concept presentations. The ITN(s) will be structured to reflect the suppliers Lot submissions post the PSQ phase. Scoring will be conducted independently for each Lot c. Award Stage i. The successful bidder for each Lot will be informed, unsuccessful bidders notified and, prior to the commencement of the standstill period, the contract notice published."
        },
        "submissionMethodDetails": "Submissions may only be made via email to: procurement@londonciv.org.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "notAllowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-07-11T17:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-06-27T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-11-01T23:59:59Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "A-2310",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2310",
                "format": "application/zip"
            },
            {
                "id": "A-2311",
                "documentType": "biddingDocuments",
                "description": "Draft Contract Award Form",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2311",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-2312",
                "documentType": "biddingDocuments",
                "description": "Mid-Tier Core Terms",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2312",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-2313",
                "documentType": "biddingDocuments",
                "description": "Competitive Flexible Procedure Document",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2313",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-2314",
                "documentType": "biddingDocuments",
                "description": "Procurement Specific Questionnaire",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2314",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "033324-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/033324-2025",
                "datePublished": "2025-06-18T14:04:43+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-03929218",
                        "name": "NORTHERN TRUST GLOBAL INVESTMENTS LIMITED"
                    }
                ],
                "relatedLots": [
                    "1",
                    "3"
                ]
            },
            {
                "id": "2",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-BR002088",
                        "name": "STATE STREET BANK AND TRUST COMPANY"
                    }
                ],
                "relatedLots": [
                    "1",
                    "3"
                ]
            },
            {
                "id": "3",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-03236121",
                        "name": "THE BANK OF NEW YORK MELLON (INTERNATIONAL) LIMITED"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "4",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-BR025038",
                        "name": "THE BANK OF NEW YORK MELLON"
                    }
                ],
                "relatedLots": [
                    "3"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "bids",
                "value": 3,
                "relatedLot": "3"
            },
            {
                "id": "3",
                "measure": "bids",
                "value": 4,
                "relatedLot": "2"
            },
            {
                "id": "4",
                "measure": "finalStageBids",
                "value": 4,
                "relatedLot": "2"
            },
            {
                "id": "5",
                "measure": "smeFinalStageBids",
                "value": 1,
                "relatedLot": "2"
            },
            {
                "id": "6",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "7",
                "measure": "finalStageBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "8",
                "measure": "smeFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "9",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "10",
                "measure": "finalStageBids",
                "value": 3,
                "relatedLot": "3"
            },
            {
                "id": "11",
                "measure": "smeFinalStageBids",
                "value": 0,
                "relatedLot": "3"
            },
            {
                "id": "12",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "3"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "pending",
            "date": "2025-12-04T00:00:00Z",
            "value": {
                "amountGross": 18480000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-03929218",
                    "name": "NORTHERN TRUST GLOBAL INVESTMENTS LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "66150000",
                            "description": "Financial markets administration services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "66160000",
                            "description": "Trust and custody services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "66600000",
                            "description": "Treasury services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                },
                {
                    "id": "3",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "66150000",
                            "description": "Financial markets administration services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "66160000",
                            "description": "Trust and custody services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "66600000",
                            "description": "Treasury services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "3"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-12-15T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-01-01T00:00:00Z",
                "endDate": "2029-12-31T23:59:59Z",
                "maxExtentDate": "2033-12-31T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "Subject to satisfactory performance and the continuance of requirements"
            },
            "hasOptions": true,
            "options": {
                "description": "Lot 3 catered for the adoption of additional services that might be required in the future."
            },
            "relatedLots": [
                "1",
                "3"
            ],
            "documents": [
                {
                    "id": "079676-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/079676-2025",
                    "datePublished": "2025-12-04T11:52:09Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-12-04T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-12-16T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "2",
            "title": "Client Reporting Services",
            "status": "pending",
            "date": "2025-12-04T00:00:00Z",
            "value": {
                "amountGross": 523678,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-09270336",
                    "name": "OPUS NEBULA"
                }
            ],
            "items": [
                {
                    "id": "2",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "48440000",
                            "description": "Financial analysis and accounting software package"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72510000",
                            "description": "Computer-related management services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "2"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-12-15T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-01-01T00:00:00Z",
                "endDate": "2028-12-31T23:59:59Z",
                "maxExtentDate": "2033-12-31T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "Subject to satisfactory performance and the continuance of the requirement"
            },
            "relatedLots": [
                "2"
            ],
            "documents": [
                {
                    "id": "079676-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/079676-2025",
                    "datePublished": "2025-12-04T11:52:09Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-12-04T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-12-16T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ]
}