Platform Housing Group: Legal Services

  Platform Housing Group has published this notice through Delta eSourcing

Notice Summary
Title: Legal Services
Notice type: Contract Notice
Authority: Platform Housing Group
Nature of contract: Services
Procedure: Restricted
Short Description: Legal services procurement to assist all departments of Platform Housing. Our requirements are to develop a 4 year Framework Agreement incorporating 4 lots: 1) Property, 2) Housing Management & Asset Management, 3) Corporate & Finance and 4) Employment
Published: 15/04/2021 14:16

View Full Notice

UK-Solihull: Legal services.
Section I: Contracting Authority
      I.1) Name and addresses
             Platform Housing Group
             1700 Solihull Parkway, Birmingham Business Park, Solihull, B37 7YD, United Kingdom
             Tel. +44 7918160903, Email: richard.jones@platformhg.com
             Contact: Richard Jones
             Main Address: www.platformhg.com, Address of the buyer profile: www.platformhg.com
             NUTS Code: UKG
      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
      Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=584681962
      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: Legal services procurement to assist all departments of Platform Housing. Our requirements are to develop a 4 year Framework Agreement incorporating 4 lots: 1) Property, 2) Housing Management & Asset Management, 3) Corporate & Finance and 4) Employment       
      II.1.5) Estimated total value:
      Value excluding VAT: 22,400,000       
      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: 4
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Property       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      79112000 - Legal representation services.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: Lot 1 - Property list include:
- New build plot sale – leasehold and freehold
- Auction sale and purchase
- Public private partnerships
- Site development and assembly
- Options to purchase
- Acquisitions/disposals of land/buildings
- Acquisitions/disposals of tenanted stock
- Stock swaps
- Statutory Agreements e.g. s.38, 278, 104
- Planning Agreements e.g. s.106 and s.111
- Development Agreements
- Development Funding (including HCA Help to Buy agreements)
- Management Agreements
- Establishing development-related management companies
- Construction Agreements (including collateral warranties)
- Contentious Construction
- Novation agreements
- Wayleaves and other utility agreements
- Building licences
- Grant agreements
- Health and safety
- Overage
- Planning advice
- Property taxation advice
- Procurement and contractual matters
- Development disputes (including litigation)
- Environmental issues
- Adverse possession (in relation to development opportunities) including traveller issues
- Disposals of ground rents
- Central Government, Government Agency and Local Authority funding and delivery agreements
- Delivery Panel Agreements (e.g. the HCA’s Delivery Partner Panel and the GLA’ Developer Partner Panel)
- Joint ventures/profit share agreements
- Retirement developments (special requirements / adaptive). Specialist knowledge in relation to retirement products e.g. planning, leases, event fees and ongoing charges.
- Charging and security work (Property elements)
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality/Service / Weighting: 80
                        
            Cost criterion - Name: Cost / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 12,400,000       
      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:
             Envisaged minimum number: 3
            / Maximum number: 7       
      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: Housing and Asset Management       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      79112000 - Legal representation services.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: Lot 2. Housing Management & Asset Management, items include:
Housing Litigation
- Landlord & tenant matter and disputes
- Disrepair claims
- Anti-social behaviour proceedings (including ASBOs, injunctions, possessions)
- Rent and service charge arrears possession proceedings
- Leasehold recovery and forfeiture action
- Non-rent arrears possession proceedings
- Assured short hold accelerated possession claims
- Adverse Possession
- Trespassers
- Possession succession and charges
- Evictions
- Gas servicing injunctions
- Supported housing disputes
- Terminating licence agreements and obtaining possession
- Service charge disputes
- Debt recovery
- Access injunctions and other general litigation
- Judicial review defences

General Housing Advice
- Tenancy agreement advice
- Anti-social behaviour advice
- Housing benefit advice
- Welfare reform advice
- Service charge advice
- Estate management board advice
- Managing agents contracts and service level agreements
- Supported and sheltered housing advice
- Advice on complaints
- Dilapidations
- Regulation
- Right to Rent advice
- Human Rights issues
- Equality Act issues

Housing Management Policy Advice
- Drafting and advising on new forms of tenancy & licence agreement
- Rent setting advice including advice on implementation of Government rent control
- Policy drafting, approval and annual health checks
- Advice on procedures - this may include drafting all or part of a procedure
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality/Service / Weighting: 80
                        
            Price - Weighting: 20
                              
      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:
             Envisaged minimum number: 3
            / Maximum number: 6       
      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 and Finance       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      79112000 - Legal representation services.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: Lot 3 - Corporate & Finance, items include:
- Mergers & acquisitions
- Acquisitions and disposals
- Joint ventures
- Corporate finance
- Financial services regulation
- Corporate insolvency law
- Constitutional issues
- Treasury (debt finance, listed securities, bonds)
- Banking and finance including the raising of bank funding, capital markets issuance and hedging arrangements
- Development draw down funding
- Corporate governance
- New business opportunities
- Amalgamations and restructuring
- Stock transfers
- Taxation advice
- Charity law
- Co-operative & Community Benefit societies law
- Constitutional reviews
- Board member powers and responsibilities
- Company secretarial
- Corporate Policies and Procedures
- Debt recovery
- Grant applications e.g. Big Lottery funding
- Fund Management
- Establishment of investment fund platforms both on and off shore with particular regard to:
- Structuring;
- Preparation of detailed heads of terms;
- Preparation of legal documentation;
- Negotiation of legal documentation;
- Ancillary documentation and project management
- FCA and financial regulatory support
- Agency and distribution
- Commercial contracts
- Commercial disputes
- Competition law
- Contract advice or drafting
- eCommerce
- Intellectual Property Rights & Trademarks
- Public infrastructure regulation including UK/EU regulation applicable to energy, water, transport and telecommunication industries or any other infrastructure industry
- Public Procurement (including telecoms & IT, contracts and licenses)
- IT and information law including system maintenance & support agreements, defamation and the internet, and intellectual property
- Procurement law
- Regulatory law
- Environmental law
- Pensions
- Data protection and freedom of information
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality/Service / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 5,500,000       
      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:
             Envisaged minimum number: 3
            / Maximum number: 6       
      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: Employment       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      79112000 - Legal representation services.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: Lot 4 Employment items include:
- Employment law (contracts and policies)
- Equal opportunities
- Equality & discrimination
- Employee relations
- Equal pay
- TUPE
- Tribunals
- Grievances and disputes
- Health & safety (employees)
- Organisational change/change management
- Outsourcing/contracting out
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality/Services / Weighting: 80
                        
            Price - Weighting: 20
                              
      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:
             Envisaged minimum number: 2
            / Maximum number: 4       
      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: 26/05/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 31/05/2021       
      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): 5
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.
Access codes for Lots...
Lot 1: 67E2ZGN77E
Lot 2: 93S8UED6H4
Lot 3: 8T6BD6BF59
Lot 4: 9R3G8Z86CT
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=584681962
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
   VI.4.2) Body responsible for mediation procedures:
             Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          The Cabinet Office
       Correspondence Team, Cabinet Office, Whitehall, London, SW1A 2AS, United Kingdom
       Tel. +44 2072761234
   VI.5) Date Of Dispatch Of This Notice: 15/04/2021

Annex A


View any Notice Addenda

View Award Notice