We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 482451-2018

02/11/2018    S211

Denmark-Copenhagen: Portfolio management services

2018/S 211-482451

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: The Danish National Research Foundation
National registration number: 17732090
Postal address: Holbergsgade 14, 1
Town: København
NUTS code: DK0 DANMARK
Postal code: 1057
Country: Denmark
Contact person: Lene Dam
E-mail: lene.dam@mercer.com
Internet address(es):
Main address: https://dg.dk/
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/281426
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=222986&B=KA
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=222986&B=KA
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Other activity: The Danish National Research foundation is an independent foundation, that works to strengthen Danish research in all areas.

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Tender for a Global Emerging Markets Equity mandate

II.1.2)Main CPV code
66140000 Portfolio management services
II.1.3)Type of contract
Services
II.1.4)Short description:

The Danish National Research Foundation (DNRF) is looking for 1 tenderer, who can manage a global emerging markets equity mandate of app. 30 000 000 EUR in a European domiciled UCITS fund (Undertakings for Collective Investments in Transferable Securities).

II.1.5)Estimated total value
Value excluding VAT: 8 000 000.00 DKK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
66140000 Portfolio management services
II.2.3)Place of performance
NUTS code: DK DANMARK
II.2.4)Description of the procurement:

The Danish National Research Foundation is looking for 1 Tenderer, who can manage a global emerging markets equity mandate of app. 30 000 000 EUR in a European domiciled UCITS fund (Undertakings for Collective Investments in Transferable Securities). No regional or country specific strategies are eligible to participate in this procurement. Neither strategies with main focus on emerging market small cap or frontier markets are covered by this procurement.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 8 000 000.00 DKK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

The contract period is three (3) years with option to extend the contract of external management, global emerging markets equity fund for one (1) year twice (five/5 years in all).

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 20
Maximum number: 100
Objective criteria for choosing the limited number of candidates:

If more than five (5) candidates applies for pre-qualification, there will be a subsequent short listing down to five (5) tenderers.

DNRF will apply the below criteria for the pre-qualification process. The criteria are not listed according to priority. Criteria’s are:

— the candidate’s long term ability to deliver future risk adjusted excess returns,

— candidates can demonstrate that ESG are taken into account when constructing the portfolio,

— strength of reference client,

— strength of key staff.

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

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
List and brief description of selection criteria:

The tenderer must fill in the following information in the ESPD part IV B:

For the years 2013, 2014, 2015, 2016 and 2017:

— Net EBITDA,

— Net earnings,

— assets,

— liabilities.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Minimum level(s) of standards possibly required:

In order to pre-qualify, the candidates must meet the following minimum requirements:

— have a UCITS fund vehicle for the global emerging markets equity strategy,

— take ESG (Environmental, Social and Governance) issues into account in the management of the global emerging markets portfolio,

— the number of stocks in the global emerging markets equity portfolio (not counting cash positions) consisted of minimum 45 stocks at the 30.6.2018,

— the UCITS fund for the reference clients must have minimum 3 years GIPS compliant track record at the 30.6.2018,

— the key portfolio managers must have been responsible for managing the global emerging markets equity strategy for at least 2 years,

— the official benchmark must be MSCI emerging markets equity,

— must reply to the requested information on reference clients in the Excel file “Pre-qualification questions”.

The participants in the pre-qualification process must answer the questions in the Excel document “Pre-qualification questions”. The requested information in the Excel document refers to reference clients with a similar size of mandate as DNRF (reference clients must be invested in a UCITS fund).

III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.5)Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 29/11/2018
Local time: 23:59
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 01/04/2019

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
VI.3)Additional information:

Pre-qualified tenderers are encouraged to search any ambiguities and uncertainties resolved by asking questions on the procurement documents.

There will be a time limit for questions in the tender submission stage.

All inquiries and questions must be in writing and made via digital tendering’s “Supplier questions and answers” function.

Additional information, including questions and answers, will be posted continuously on digital tendering in anonymous form. Tenderers are encouraged to keep them-selves updated.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Klagenævnet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 35291000
Internet address: https://erhvervsstyrelsen.dk/klagevejledning-0
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk
VI.5)Date of dispatch of this notice:
29/10/2018