Ex Employees: Legal Services

  Ex Employees is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Legal Services
Notice type: Contract Notice
Authority: Ex Employees
Nature of contract: Services
Procedure: Restricted
Short Description: Peabody Trust and the other members of its group merged with the Family Mosaic Housing group in June 2017. The new organisation has 111,000 residents and 8,000 care and support customers. The new organisation is aiming to put the most vulnerable first, create great places at scale where people want to live, and build resilience in people and communities. Priorities include delivering good and reliable services to our customers, building 2,500 new homes each year by 2021 and taking the next steps in the regeneration of Thamesmead, London’s new town. Peabody Trust is seeking to appoint a number of legal providers to enter into Call-Off agreements to provide advisory services in one or more specified Lots for Legal Services. This procurement is anticipated to cover almost all of the newly merged Peabody Trust’s requirement for legal services over the four years from 2019 – 2022.
Published: 13/07/2018 11:44
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Legal services.
Section I: Contracting Authority
      I.1) Name and addresses
             Peabody Trust
             45 Westminster Bridge Road, London, SE1 7JB, United Kingdom
             Tel. +44 7715634164, Email: reena.nijjar@peabody.org.uk
             Contact: Reena Nijjar
             Main Address: www.peabody.org.uk, Address of the buyer profile: www.delta-esourcing.co.uk
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Legal-services./X25N9NW76M
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Legal Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      79100000 - Legal services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Peabody Trust and the other members of its group merged with the Family Mosaic Housing group in June 2017. The new organisation has 111,000 residents and 8,000 care and support customers. The new organisation is aiming to put the most vulnerable first, create great places at scale where people want to live, and build resilience in people and communities. Priorities include delivering good and reliable services to our customers, building 2,500 new homes each year by 2021 and taking the next steps in the regeneration of Thamesmead, London’s new town. Peabody Trust is seeking to appoint a number of legal providers to enter into Call-Off agreements to provide advisory services in one or more specified Lots for Legal Services. This procurement is anticipated to cover almost all of the newly merged Peabody Trust’s requirement for legal services over the four years from 2019 – 2022.       
      II.1.5) Estimated total value:
      Value excluding VAT: 16,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1 – Asset Management and Property
Lot 2 – Development and Construction
Lot 3 – Corporate, Commercial and Governance
Lot 4 – Corporate Finance and Treasury
Lot 5 – Residential Conveyancing
Lot 6 – Care & Support
Lot 7 – Major Contract/ Commercial Disputes

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Asset Management and Property       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      79100000 - Legal services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Lot 1 – Asset Management and Property
•Landlord & Tenant - service charge
•Commercial Property - general
•Rights of First Refusal
•Property matters including party walls, boundaries, easements & way-leaves
•Security Charging work
•Related dispute resolution
•Environmental law
      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: 4,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Development and Construction       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      79100000 - Legal services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Lot 2 – Development and Construction
•Site acquisitions and title verification work
•Development Agreements
•Planning, including Section 106 agreements
•Planning litigation and dispute work
•Construction law related advice including JCT Building contracts, licenses, performance bonds, appointments and warranties
•Environmental issues
•Infrastructure agreements e.g. Section 38. 104 and 287 agreements
•Building licences/leases
•Novation agreements
•Construction Joint Ventures
•Drafting of/advice on construction contract conditions including but not limited to the common forms of building/engineering contracts
•Advice relating to construction contractual disputes
•Guidance on legal developments, such as new legislation and their impact (e.g. Construction Act 2010)
•Advice (including the drafting of relevant provisions) on such other matters as consultant appointments, etc.
•Related dispute resolution
      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: 3,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Corporate, Commercial and Governance       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      79100000 - Legal services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Lot 3 – Corporate, Commercial and Governance
•Group Structure, Governance, Charity Law and Policy
•Community Investment activities, Fundraising
•Mergers & Acquisitions and related due diligence
•Regulatory issues
•Health & Safety law and procedure, including corporate responsibility
•Company Secretarial matters
•General Contracts and commercial law
•ICT Contracts
•Services Contracts
•Employment and Pensions (including TUPE issues)
•Employment contracts and disputes (including tribunal claims and settlement agreements)
•Tax advice, including (but not limited to) VAT and Stamp Duty Land Tax
•Intellectual Property and Data Protection
•Company, Charity and Industrial & Provident Society law, regulation and best practice
•Compliance with relevant EU Directives and UK legislation/regulations relating to procurement including:
oPQQ drafting/evaluation
oITT drafting/evaluation
•Unsuccessful Application/Bidder feedback and matters arising therefrom such as the Remedies Directive 2009
•Fraud
•Shared services advice
•Related dispute resolution
      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: 2,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Corporate Finance and Treasury       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      79100000 - Legal services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Lot 4 – Corporate Finance and Treasury
•Financing including those sourced from banks, the capital markets, private placement, any form of private equity and inter-company loans
•On-lending arrangements
•Loan security
•Advice on launching new product services such as mortgage products, affordable rent products etc.
•Consumer Credit Licences
      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: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: Residential Conveyancing       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      79100000 - Legal services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Lot 5 – Residential Conveyancing

•Development Plot Sales – freehold & leasehold, including shared ownership
•Shared ownership stair-casing
•Non-development related residential sales and acquisitions (freehold and leasehold)
•Leasehold Management (inc. statutory notices)
•Right to Manage
•Enfranchisement
      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: 2,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 6
      
      II.2.1) Title: Care & Support       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      79100000 - Legal services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Lot 6 – Care & Support
•Care and Support contracts with Local Authorities and other commissioners
•Regulatory advice for Health and Social Care activities
•Contract management within Health and Social Care
•Subcontracting arrangements
•Related Procurement advice
•Related Disputes advice
      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: 1,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 7
      
      II.2.1) Title: Major Contract/ Commercial Disputes       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      79100000 - Legal services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Lot 7 – Major Contract/ Commercial Disputes
• Major Contract/ Commercial Disputes, particularly as they relate to development agreements and long-term maintenance and asset management contracts
      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: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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 registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      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: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   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       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 15/08/2018 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 2022
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.This procurement is being conducted by Peabody Trust on behalf of itself and all present and future members of the Peabody Group, including Peabody South East Limited, Family Mosaic Home Ownership Limited, Peabody Services Limited, Family Mosaic Housing Services Limited, Peabody Enterprises Limited, Charlton Triangle Homes Limited, Peabody Community Foundation, Peabody Land Limited and Peabody Group Maintenance Limited, as well as any successor body of any of the organisations listed, and any subsidiary, subsidiary undertaking, holding company and/or associate (from time to time) of the aforementioned entities.

The partner may be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply-chain initiatives. Accordingly contract performance conditions may relate to social and environmental considerations.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Legal-services./X25N9NW76M

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/X25N9NW76M
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Courts of Justice of The Royal Court of Justice
       The Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement); regulation 87 (Standstill period) and the other relevant provisions of the Public Contracts Regulations 2015, following any decision to award a contract or contracts the contracting authority will be providing debriefing information to unsuccessful bidders and observe a minimum 10 day standstill period before the contracts are entered into.
Peabody reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this Notice.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 13/07/2018

Annex A


View any Notice Addenda

View Award Notice

UK-London: Legal services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Peabody Trust
       45 Westminster Bridge Road, London, SE1 7JB, United Kingdom
       Tel. +44 7715634164, Email: reena.nijjar@peabody.org.uk
       Contact: Reena Nijjar
       Main Address: www.peabody.org.uk, Address of the buyer profile: www.delta-esourcing.co.uk
       NUTS Code: UKI

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Legal Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         79100000 - Legal services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Peabody Trust and the other members of its group merged with the Family Mosaic Housing group in June 2017. The new organisation has 111,000 residents and 8,000 care and support customers. The new organisation is aiming to put the most vulnerable first, create great places at scale where people want to live, and build resilience in people and communities. Priorities include delivering good and reliable services to our customers, building 2,500 new homes each year by 2021 and taking the next steps in the regeneration of Thamesmead, London’s new town. Peabody Trust is seeking to appoint a number of legal providers to enter into Call-Off agreements to provide advisory services in one or more specified Lots for Legal Services. This procurement is anticipated to cover almost all of the newly merged Peabody Trust’s requirement for legal services over the four years from 2019 – 2022.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 16,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Asset Management and Property   
      Lot No:1

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Lot 1 – Asset Management and Property
•Landlord & Tenant - service charge
•Commercial Property - general
•Rights of First Refusal
•Property matters including party walls, boundaries, easements & way-leaves
•Security Charging work
•Related dispute resolution
•Environmental law

      II.2.5) Award criteria:
       Not Provided

      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: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Development and Construction   
      Lot No:2

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Lot 2 – Development and Construction
•Site acquisitions and title verification work
•Development Agreements
•Planning, including Section 106 agreements
•Planning litigation and dispute work
•Construction law related advice including JCT Building contracts, licenses, performance bonds, appointments and warranties
•Environmental issues
•Infrastructure agreements e.g. Section 38. 104 and 287 agreements
•Building licences/leases
•Novation agreements
•Construction Joint Ventures
•Drafting of/advice on construction contract conditions including but not limited to the common forms of building/engineering contracts
•Advice relating to construction contractual disputes
•Guidance on legal developments, such as new legislation and their impact (e.g. Construction Act 2010)
•Advice (including the drafting of relevant provisions) on such other matters as consultant appointments, etc.
•Related dispute resolution

      II.2.5) Award criteria:
       Not Provided

      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: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Corporate, Commercial and Governance   
      Lot No:3

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Lot 3 – Corporate, Commercial and Governance
•Group Structure, Governance, Charity Law and Policy
•Community Investment activities, Fundraising
•Mergers & Acquisitions and related due diligence
•Regulatory issues
•Health & Safety law and procedure, including corporate responsibility
•Company Secretarial matters
•General Contracts and commercial law
•ICT Contracts
•Services Contracts
•Employment and Pensions (including TUPE issues)
•Employment contracts and disputes (including tribunal claims and settlement agreements)
•Tax advice, including (but not limited to) VAT and Stamp Duty Land Tax
•Intellectual Property and Data Protection
•Company, Charity and Industrial & Provident Society law, regulation and best practice
•Compliance with relevant EU Directives and UK legislation/regulations relating to procurement including:
oPQQ drafting/evaluation
oITT drafting/evaluation
•Unsuccessful Application/Bidder feedback and matters arising therefrom such as the Remedies Directive 2009
•Fraud
•Shared services advice
•Related dispute resolution

      II.2.5) Award criteria:
       Not Provided

      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: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Corporate Finance and Treasury   
      Lot No:4

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Lot 4 – Corporate Finance and Treasury
•Financing including those sourced from banks, the capital markets, private placement, any form of private equity and inter-company loans
•On-lending arrangements
•Loan security
•Advice on launching new product services such as mortgage products, affordable rent products etc.
•Consumer Credit Licences

      II.2.5) Award criteria:
       Not Provided

      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: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Residential Conveyancing   
      Lot No:5

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Lot 5 – Residential Conveyancing

•Development Plot Sales – freehold & leasehold, including shared ownership
•Shared ownership stair-casing
•Non-development related residential sales and acquisitions (freehold and leasehold)
•Leasehold Management (inc. statutory notices)
•Right to Manage
•Enfranchisement

      II.2.5) Award criteria:
       Not Provided

      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: Not Provided

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Care & Support   
      Lot No:6

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Lot 6 – Care & Support
•Care and Support contracts with Local Authorities and other commissioners
•Regulatory advice for Health and Social Care activities
•Contract management within Health and Social Care
•Subcontracting arrangements
•Related Procurement advice
•Related Disputes advice

      II.2.5) Award criteria:
       Not Provided

      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: Not Provided

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Major Contract/ Commercial Disputes   
      Lot No:7

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Lot 7 – Major Contract/ Commercial Disputes
• Major Contract/ Commercial Disputes, particularly as they relate to development agreements and long-term maintenance and asset management contracts

      II.2.5) Award criteria:
       Not Provided

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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.2.1) Previous publication concerning this procedure
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Asset Management and Property

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/12/2018

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bevan Brittan LLP
             Kings Orchard, 1 Queen Street, Bristol, BS2 0HQ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             Blake Morgan LLP
             Harbour Court, Compass Road, North Harbour, Portsmouth, PO6 4ST, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             Clarke Willmott LLP
             138 Edmund Street, Birmingham, B3 2ES, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.4)
             Devonshires Solicitors LLP
             30 Finsbury Circus, London, EC2M 7DT, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             TLT LLP
             One Redcliff Street, Bristol, BS1 6TP, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.6)
             Trowers & Hamlins
             3 Bunhill Row, London, EC1Y 8YZ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 4,500,000          
         Total value of the contract/lot: 4,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Development and Construction

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/12/2018

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bevan Brittan LLP
             Kings Orchard, 1 Queen Street, Bristol, BS2 0HQ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             Blake Morgan LLP
             Harbour Court, Compass Road, North Harbour, Portsmouth, PO6 4ST, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             Devonshires Solicitors LLP
             30 Finsbury Circus, London, EC2M 7DT, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Mills & Reeve LLP
             Monument Place, 24 Monument Street, London, EC3R 8AJ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.5)
             Penningtons Manches LLP
             125 Wood Street, London, EC2V 7AW, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.6)
             TLT LLP
             One Redcliff Street, Bristol, BS1 6TP, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.7)
             Trowers & Hamlins
             3 Bunhill Row, London, EC1Y 8YZ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.8)
             Winckworth Sherwood LLP
             Minerva House, 5 Montague Close, London, SE1 9BB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 3,500,000          
         Total value of the contract/lot: 3,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Corporate, Commercial and Governance

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/12/2018

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bevan Brittan LLP
             Kings Orchard, 1 Queen Street, Bristol, BS2 0HQ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             Capsticks Solicitors LLP
             1 St George's Road, London, SW19 4DR, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             Devonshires Solicitors LLP
             30 Finsbury Circus, London, EC2M 7DT, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             TLT LLP
             One Redcliff Street, Bristol, BS1 6TP, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.5)
             Trowers & Hamlins
             3 Bunhill Row, London, EC1Y 8YZ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 2,500,000          
         Total value of the contract/lot: 2,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Corporate Finance and Treasury

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/12/2018

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bevan Brittan LLP
             Kings Orchard, 1 Queen Street, Bristol, BS2 0HQ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             Clarke Willmott LLP
             138 Edmund Street, Birmingham, B3 2ES, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             Devonshires Solicitors LLP
             30 Finsbury Circus, London, EC2M 7DT, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Penningtons Manches LLP
             125 Wood Street, London, EC2V 7AW, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.5)
             Trowers & Hamlins
             3 Bunhill Row, London, EC1Y 8YZ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.6)
             Winckworth Sherwood LLP
             Minerva House, 5 Montague Close, London, SE1 9BB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,000,000          
         Total value of the contract/lot: 1,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: Residential Conveyancing

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/12/2018

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bevan Brittan LLP
             Kings Orchard, 1 Queen Street, Bristol, BS2 0HQ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             Devonshires Solicitors LLP
             30 Finsbury Circus, London, EC2M 7DT, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Penningtons Manches LLP
             125 Wood Street, London, EC2V 7AW, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.4)
             Sharratts LLP
             1 The Old Yard, Rectory Lane, Brasted, Kent, TN16 1JP, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Winckworth Sherwood LLP
             Minerva House, 5 Montague Close, London, SE1 9BB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,500,000          
         Total value of the contract/lot: 1,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 6    
   Title: Care & Support

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/12/2018

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bevan Brittan LLP
             Kings Orchard, 1 Queen Street, Bristol, BS2 0HQ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             Capsticks Solicitors LLP
             1 St George's Road, London, SW19 4DR, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             Devonshires Solicitors LLP
             30 Finsbury Circus, London, EC2M 7DT, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             TLT LLP
             One Redcliff Street, Bristol, BS1 6TP, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.5)
             Trowers & Hamlins
             3 Bunhill Row, London, EC1Y 8YZ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,500,000          
         Total value of the contract/lot: 1,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: Not Provided    
   Lot Number: 7    
   Title: Major Contract/ Commercial Disputes

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/12/2018

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bevan Brittan LLP
             Kings Orchard, 1 Queen Street, Bristol, BS2 0HQ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             Blake Morgan LLP
             Harbour Court, Compass Road, North Harbour, Portsmouth, PO6 4ST, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             Devonshires Solicitors LLP
             30 Finsbury Circus, London, EC2M 7DT, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Gateley Plc
             One Eleven, Birmingham, B3 2HJ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.5)
             Hugh James
             Two Central Square, Cardiff, CF10 4JF, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.6)
             Penningtons Manches LLP
             125 Wood Street, London, EC2V 7AW, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,000,000          
         Total value of the contract/lot: 1,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=365799143

   VI.4) Procedures for review

      VI.4.1) Review body
          High Courts of Justice of The Royal Court of Justice
          The Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement); regulation 87 (Standstill period) and the other relevant provisions of the Public Contracts Regulations 2015, following any decision to award a contract or contracts the contracting authority will be providing debriefing information to unsuccessful bidders and observe a minimum 10 day standstill period before the contracts are entered into.
Peabody reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this Notice.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 20/12/2018