News

United Kingdom-London: Business services: law, marketing, consulting, recruitment, printing and security

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 203-418664/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: London Borough of Southwark
Postal address: Southwark Council, 160 Tooley Street
Town: London
Postal code: SE1 2QH
Country: United Kingdom
Contact Person: Mr Christos Pishias
Telephone: +44 7939242796
Email: christos.pishias@roioperations.com
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Other activity: legal services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Southwark Solicitors’ Framework.

Reference number: DN290190
II.1.2) Main CPV code: 79000000
II.1.3) Type of contract: Services
II.1.4) Short Description: The London Borough of Southwark is seeking to procure a Framework for Solicitors services for a period of 4 years to commence on the 2.7.2018 at an estimated cost for Southwark of £9 million during the 4 year period and an overall cost of 18 000 000 – 25 000 000 GBP including spend within this Framework from other participating organisations. The Framework will be for a duration of 4 years.
The framework is open to the following:
All London local authorities, details of which can be obtained from this link ();
Companies wholly owned by London local authorities;
CCGs in the London area, details of which can be obtained from this link ();
London Fire Brigade (www.london-fire.gov.uk/);
London Councils; and
Local Government Association ()
II.1.5) Estimated total value:
Value excluding VAT: 25000000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Lot 1 Complex Matters

Lot No:1
II.2.2) Additional CPV code(s)
79100000

II.2.3) Place of performance
Nuts code: UKI
II.2.4) Description of the procurement:
Lot 1
— Property and Planning to include the following:
o Development consent orders;
o Freehold acquisition of affordable housing blocks;
o Acquisition of high value sites for investment purposes;
o The right for a lessee to renew their lease under the Landlord and Tenant Act 1954;
o Major planning agreement — involve referring to the report to planning committee and incorporating the terms outlined in section 106 Agreement under the Town and Country Planning Act;
o Development Agreements where the council and the developer have existing property interests;
o Procurement / state aid implications arising on land transaction;
o Allocation of land between the council and TfL in accordance with statutory provisions;
o Partnering a third party to develop a number of council sites.
— Commercial Contracts and Procurement
All aspects of complex commercial contracts and procurement related advice including:
o PFI/PPP contracts, including project finance and commercial expertise
o Regeneration procurements, including those with specialist requirements (for example with works near a railway line which involves negotiating asset protection agreements);
o Advise on ancillary matters relating to complex projects such as state aid and taxation
o The formation of local authority companies, including asset backed vehicles, charitable trusts and joint venture agreements
o Advising on complex procurements, such as those involving competitive dialogue or competitive process with negotiation
o Drafting complex agreements including complex framework agreements;
o Advising on adjudication matters relating to complex disputes;
o Advising on complex and or high value grant agreements and dealing with state aid issues;
o Advice relating to a formal challenge to a proposed contract award in relation to a complex procurement.
— Complex Commercial Litigation to include:
o Pre-litigation disputes
o Risk management and dispute resolution;
o Contract and construction disputes,
o Procurement disputes,
o Civil fraud and asset recovery,
o Complex injunctions and insolvency,
o Regulatory issues,
o Injunctions, IT disputes and other complex litigation arising from the council’s regeneration, property, planning and information functions and complex public law disputes.
— Employment
o Major transactional projects involving new or unusual employment related legal and procedural matters, which involve in particular the treatment of public sector pension schemes. Examples would include PFI projects such as Building Schools for the Future, new Academy conversions, transfer into the council of responsibility for public health, inter-authority shared services initiatives. An example of a complex contentious employment matter would be one involving a member or chief officer or an independent investigation or review.
— Governance and Public Law: advice on complex legal and governance issues including:
o Governance arrangement for commercial vehicles including joint ventures, trusts and CICs and assistance in drafting new corporate policies;
o Governance arrangement of partnership working with the NHA, CCGs and other public authorities,
o Executive and non executive decisions.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Lot 1 Complex Matters/Weighting:70 %
Price – Weighting:30 %
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No:2
II.2.2) Additional CPV code(s)
79100000

II.2.3) Place of performance
Nuts code: UKI
II.2.4) Description of the procurement:
Lot 2 (General Matters)
— Sub-lot 2.1: Commercial Contracts and Procurement
— Sub-lot 2.2: General Litigation
— Sub-lot 2.3: Housing
— Sub-lot 2.4: Health and Social Care / Social Care Litigation
— Sub-lot 2.5: Employment
— Sub-lot 2.6: Education
Full details are contained in the tender documents.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Lot 2 General Matters/Weighting:60 %
Price – Weighting:40 %
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: Tenderers can apply for all or any of the sub-lots in Lot 2.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Lot No:3
II.2.2) Additional CPV code(s)
79100000

II.2.3) Place of performance
Nuts code: UKI
II.2.4) Description of the procurement:
Lot 3 (routine predictable matter)
— Sub-lot 3.1: Residential conveyancing (appointment of up to 3 Framework Firms — one for use by Southwark and the remaining two for external organisations and Southwark overflow work): This area deals with matters relating to the Authority’s disposals under statutory and discretionary home ownership schemes, post-sales legal transactions arising from such disposals as well as providing advice on matters arising from these and related matters. This may range from assisting the Authority to draft new precedent leases to providing specific advice on individual cases.
— Sub-lot 3.2: Debt recovery work (up to 3 Framework Firms): Sundry routine debt recovery and enforcement of charges for council services.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Lot 3 High volume matters/Weighting:35 %
Price – Weighting:65 %
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: Tenderers can apply for both or any of the sub-lots in Lot 3.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract
III.2.1) Information about a particular profession(only for service contracts)
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision: The contract is reserved to the legal profession.

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:
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators

In the case of framework agreements,provide justification for any duration exceeding 4 years:
The envisaged maximum number of suppliers under the framework is 29.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 participate
Date: 2017-11-24 Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2018-01-03
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
Full details of the timetable, procedure and documents are available on the Southwark Portal noted in Section I.3. All SQs must be submitted by the time and date noted in Section IV.2.2.
The contracting authority is not liable for any costs (including third party costs, fees or expenses) incurred by those expressing an interest or tendering for this contract opportunity.
The contracting authority reserves the right to withdraw from or discontinue the procurement process, which shall include the right to not award as a result of this call for competition.
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court
Postal address: Royal Court of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom

VI.4.2) Body responsible for mediation procedures
Official name: High Court
Postal address: Royal Court of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Council will incorporate a minimum ten (10) calendar days standstill period at the point information on the award of the contract is communicated to Tenderers. Applicants who are unsuccessful shall be informed by the Council as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful.
If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period.

VI.5) Date of dispatch of this notice:2017-10-19

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy