Tender

Investment Order Management System - Lothian Pension Fund (LPF)

THE CITY OF EDINBURGH COUNCIL

This public procurement record has 1 release in its history.

Tender

31 Mar 2026 at 15:00

Summary of the contracting process

The City of Edinburgh Council is issuing a public procurement tender for an Investment Order Management System (OMS), acting on behalf of the Lothian Pension Fund (LPF) within the Local Government Pension Scheme in Scotland. This tender falls under the industry category of specific software packages and aims to establish a single solution for managing LPF's investment operations with stringent financial regulations. The tender is currently at the competitive dialogue stage, with key deadlines including the submission period ending on 1st May 2026 and an invitation date for the second stage on 15th May 2026. The location for delivery is Edinburgh, with electronic submissions being accepted to facilitate timely responses.

This procurement process represents a significant opportunity for businesses specialising in financial software solutions to engage with a regional authority and secure a long-term contract. Businesses capable of providing a sophisticated, automated Order Management System will find this tender particularly lucrative, as the contract spans up to ten years with potential extensions. Ideal candidates are those with robust financial systems expertise and experience with regulatory compliance, particularly within the framework overseen by the Financial Conduct Authority. Additionally, thriving in such engagements could bolster a software provider's credibility and expand its portfolio in the local government financial sector. The project scope demands a prime contractor, eliminating sub-contracting opportunities, thus catering to businesses seeking direct engagements with high-value operations.

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

Notice Title

Investment Order Management System - Lothian Pension Fund (LPF)

Notice 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.

Lot Information

Lot 1

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. Additional information: Failure to complete both the online SPD and the attached Selection Questionnaire may result in the bid being rejected as non-compliant.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0679cb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029916-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Competitive dialogue
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48100000 - Industry specific software package

48411000 - Investment management software package

48441000 - Financial analysis software package

48442000 - Financial systems software package

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
31 Mar 20263 days ago
Submission Deadline
1 May 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Between 4 to 10 years time

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THE CITY OF EDINBURGH COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
EDINBURGH
Postcode
EH8 8BG
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM75 City of Edinburgh

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

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-0679cb-2026-03-31T16:00:42+01:00",
    "date": "2026-03-31T16:00:42+01:00",
    "ocid": "ocds-h6vhtk-0679cb",
    "description": "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",
    "initiationType": "tender",
    "tender": {
        "id": "CT1725",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Investment Order Management System - Lothian Pension Fund (LPF)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "48100000",
            "description": "Industry specific software package"
        },
        "mainProcurementCategory": "goods",
        "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.",
        "lots": [
            {
                "id": "1",
                "description": "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. Additional information: Failure to complete both the online SPD and the attached Selection Questionnaire may result in the bid being rejected as non-compliant.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "secondStage": {
                    "maximumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "Please refer to invitation to tender document"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48441000",
                        "description": "Financial analysis software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48442000",
                        "description": "Financial systems software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48411000",
                        "description": "Investment management software package"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "deliveryLocation": {
                    "description": "Edinburgh Lothian"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "communication": {
            "atypicalToolUrl": "https://www.publiccontractsscotland.gov.uk"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "minimum": "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."
                }
            ]
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue",
        "secondStage": {
            "successiveReduction": true,
            "invitationDate": "2026-05-15T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2026-05-01T14:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "recurrence": {
            "description": "Between 4 to 10 years time"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-346",
            "name": "The City of Edinburgh Council",
            "identifier": {
                "legalName": "The City of Edinburgh Council"
            },
            "address": {
                "streetAddress": "Waverley Court, 4 East Market Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH8 8BG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Jacqueline Burns",
                "email": "jacqueline.burns@edinburgh.gov.uk",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.edinburgh.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290",
                "classifications": [
                    {
                        "id": "REGIONAL_AUTHORITY",
                        "scheme": "TED_CA_TYPE",
                        "description": "Regional or local authority"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-179195",
            "name": "Sheriff Court",
            "identifier": {
                "legalName": "Sheriff Court"
            },
            "address": {
                "streetAddress": "27 Chamber Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-346",
        "name": "The City of Edinburgh Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000826734"
        }
    ],
    "language": "en"
}