Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityEconomic and financial affairs
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
LD Pensions’ Tender for an Agreement Concerning High Grade European Asset Backed Securities
II.1.2)Main CPV code66140000 Portfolio management services
II.1.3)Type of contractServices
II.1.4)Short description:
The object of the tender is to select an investment manager to manage LD Pensions’ assets within High Grade European Asset Backed Securities. LD Pensions is acting on behalf of its fully owned subsidiary Kapitalforeningen LD (KLD). The contract will be signed with KLD.
A more detailed description of the characteristics of the mandate can be found in the Investment Guidelines (Investment Guidelines can be found in Schedule 1 of the Agreements).
The size of the mandate covered by this contract notice are indicative due to LD Pensions’ inability to determine the volume in advance. The value of the contracts is therefore LD Pensions’ best estimate.
II.1.5)Estimated total valueValue excluding VAT: 2 900 000.00 EUR
II.1.6)Information about lotsThis 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 performanceNUTS code: DK DANMARK
II.2.4)Description of the procurement:
LD Pensions is selecting one investment managers to provide investment management services for High Grade European ABS. Expected size for the mandate is DKK 1 250 million, approx. EUR 170 million; however this is strictly indicative due to the inability to determine the precise volume in advance.
The objective for the mandate is to deliver a stable return stream of EURIBOR+150bp by investing in European ABS. Another goal is to offer downside protection compared to EUR IG bonds (Bloomberg ticker ER00) adjusted for duration.
A more detailed description of the characteristics of the mandate can be found in the Investment guidelines (investment guidelines can be found in schedule 1 of the agreement).
All minimum criteria are listed in Appendix 5a questionnaire and summarised in section iii: legal, economic, financial and technical information.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 900 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The contract can be renewed by 12 months, up to 3 times.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe 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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
The tenderer is eligible to provide investment management services within the EU.
III.1.3)Technical and professional abilityMinimum level(s) of standards possibly required:
The tenderer has experience with providing the necessary documentation and other due diligence materials required to enable LD Pensions to carry out its regulatory responsibilities as set out in Regulation (EU) 2017/2402 with respect to securitization positions.
— the tenderer has experience managing standalone investment grade ABS mandates. The required experience can have been obtained through one mandate that fulfills both requirements below or through two separate mandates that combined fulfills both requirements below;
— the tenderer has at least one mandate with an inception date prior to 1 January 2015 and the mandate has AuM of at least EUR 500 million equivalent as at 31 December 2020, where (1) the historical sector allocation of the mandate has been consistently diversified across a wide range of structured credit assets, specifically: RMBS, CLO and ABS — with ABS defined as credit card receivables, autos, consumer loans and (2) the geographic allocation of the mandate has been at least 70 % invested in EU and UK issuance;
— the tenderer is managing at least one standalone structured credit mandate in which all assets comply with EU risk retention requirements for at least one calendar year for the period 1 January 2019 to 31 December 2020;
— the tenderer has a dedicated structured credit team (portfolio management and credit research analysts) with a minimum size of 6 persons as at 31 December 2020, and at least one member of the team has a track record of managing structured credit mandates prior to 1 January 2008.
The tender can document its technical and professional ability by filling out Appendix 5a Questionnaire.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the 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 participateDate: 10/03/2021
Local time: 23:00
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 10/03/2021
Local time: 23:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
Both mandatory and voluntary grounds for exclusion apply in this tender procedure, cf. section 135-137 of the Danish Public Procurement Act.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
In accordance with Act No 953 2 June 2016 (Lov om klagenævnet for Udbud m.v.), the deadlines for submitting a complaint are the following:
Complaints about the award procedure must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:
45 calendar days after the contracting authority has published a notice in the official Journal of the European Union (with effect form the day following the publication date);
The complainant must inform the contracting authority of the complaint in writing and not later than simultaneously with the lodging of the complaint to the Danish Board of Public Procurement. The complaint must state whether the complaint was lodged in the stand still period. If the complaint has not been lodged in the stand still period, the complaint must also state whether the complaint is requested to be given suspensive effect.
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail:
kfst@kfst.dkTelephone: +45 41715000
Internet address:
http://www.kfst.dk VI.5)Date of dispatch of this notice:05/02/2021