Kennedy Cater : Surrey Administrators and Solicitors Legal Services Framework

  Kennedy Cater has published this notice through Delta eSourcing

Notice Summary
Title: Surrey Administrators and Solicitors Legal Services Framework
Notice type: Contract Award Notice
Authority: Kennedy Cater
Nature of contract: Supplies
Procedure: Open
Short Description: Members of Surrey Administrators and Solicitors (“SAS”), namely Elmbridge Borough Council, Guildford Borough Council, Mole Valley District Council, Reigate & Banstead Borough Council, Runnymede Borough Council, Spelthorne Borough Council, Surrey County Council, Surrey Heath Borough Council, Tandridge District Council, Waverley Borough Council and Woking Borough Council (together the Authorities), wish to enter into a framework agreement with a number of legal advisers in relation to Property and Regeneration legal services. Between them, there is a spend of approximately £2M per annum on external legal services. The three Contracting Authorities (Spelthorne Borough Council, Waverley Borough Council and Woking Borough Council) have come together in a shared procurement exercise and wish to appoint a panel of Solicitors upon whose advisory services the individual members can call. The Contracting Authorities will follow an open style procedure.
Published: 08/01/2019 15:03

View Full Notice

UK-Staines-upon-Thames: Legal services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Spelthorne Borough Council
       Knowle Green,, Staines-upon-Thames, TW18 1XB, United Kingdom
       Tel. +44 2071134020, Email: info@kennedycater.com
       Contact: Tim Morel and Elena Khawaja
       Main Address: https://www.spelthorne.gov.uk, Address of the buyer profile: https://www.spelthorne.gov.uk/
       NUTS Code: UKJ2

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Surrey Administrators and Solicitors Legal Services Framework            
      Reference number: Not Provided

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


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: Members of Surrey Administrators and Solicitors (“SAS”), namely Elmbridge Borough Council, Guildford Borough Council, Mole Valley District Council, Reigate & Banstead Borough Council, Runnymede Borough Council, Spelthorne Borough Council, Surrey County Council, Surrey Heath Borough Council, Tandridge District Council, Waverley Borough Council and Woking Borough Council (together the Authorities), wish to enter into a framework agreement with a number of legal advisers in relation to Property and Regeneration legal services. Between them, there is a spend of approximately £2M per annum on external legal services. The three Contracting Authorities (Spelthorne Borough Council, Waverley Borough Council and Woking Borough Council) have come together in a shared procurement exercise and wish to appoint a panel of Solicitors upon whose advisory services the individual members can call. The Contracting Authorities will follow an open style procedure.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 8,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKJ2 - Surrey, East and West Sussex
   
      Main site or place of performance:
      Surrey, East and West Sussex
             

      II.2.4) Description of the procurement: PART A: REGENERATION
The organisations appointed shall:
Provide legal advisory services to the Authorities in relation to Regeneration related work for which the Authorities require legal input including but not limited to:
Development agreements
Joint ventures
Large scale portfolio work
Mixed use development
Construction & regeneration
Public procurement advice & tendering (including competitive dialogue)
Planning inquiries
Complex planning agreements
Site assembly
Review of construction contract terms and conditions
Review of warranties to sub-contractors and sub-consultants
Agreement of contract terms and conditions for construction contracts with any successful contractor
Environmental matters
Related state aid
Any dispute or litigation closely connected with a regeneration project


PART B: PROPERTY
The organisations appointed shall:
Provide legal advisory services to the Authorities in relation to Property related work for which the Authorities require legal input including but not limited to:

Sales and disposals in the municipal, commercial or residential estate
Acquisition and disposals of investment assets
Sales and leaseback
Landlord & Tenant
Compulsory Purchase Orders
Development projects
Estate management matters – e.g. wayleaves, easements etc

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Service Delivery / Weighting: 70%
      Cost criterion - Name: Price / Weighting: 30%
            

      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: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

   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
       Notice number in the OJEU: 2018/S 144-329543
      
   

   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: Not Provided    
   Title: PROPERTY SOLICITORS PANEL

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/11/2018

      V.2.2) Information about tenders
         Number of tenders received: 20
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 20

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Berrymans Lace Mawer LLP
             King’s House,, King Street West,, Manchester, M3 2NU, United Kingdom
             Tel. +44 2078653430
             Internet address: https://www.blmlaw.com/
             NUTS Code: UKD3
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Browne Jacobson LLP
             Mowbray House,, Castle Meadow Road,, Nottingham, NG2 1BJ, United Kingdom
             Tel. +44 3300452499
             Internet address: https://www.brownejacobson.com/
             NUTS Code: UKF14
            The contractor is an SME: No
         
         Contractor (No.3)
             Clyde & Co LLP
             The St Botolph Building, 138 Houndsditch, London, EC3A 7AR, United Kingdom
             Tel. +44 2078765572
             Internet address: https://www.clydeco.com/
             NUTS Code: UKI4
            The contractor is an SME: No
         
         Contractor (No.4)
             Davitt Jones Bould
             12-14 The Crescent, Taunton, Somerset, TA1 4EB, United Kingdom
             Tel. +44 2030268295
             Internet address: https://www.djblaw.co.uk/
             NUTS Code: UKK23
            The contractor is an SME: No
         
         Contractor (No.5)
             Freeths LLP
             80 Mount Street,, Nottingham, NG1 6HH, United Kingdom
             Tel. +44 8451286992
             Internet address: https://www.freeths.co.uk/
             NUTS Code: UKF14
            The contractor is an SME: No
         
         Contractor (No.6)
             TLT LLP
             1 Redcliff Street, Bristol, BS1 6TP, United Kingdom
             Tel. +44 3330060106
             Internet address: https://www.freeths.co.uk/
             NUTS Code: UKK11
            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: 8,000,000          
         Total value of the contract/lot: 8,000,000
         Currency: GBP

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

   VI.3) Additional information: 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. The contracting authorities consider 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.
The Tender duration was extended and closed on 28/08/2018 16:00 .
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=368509661

   VI.4) Procedures for review

      VI.4.1) Review body
          Spelthorne Borough Council
          c/o Kennedy Cater Ltd, 3rd Floor, St Clare House, 30-33 Minories, London, EC3N 1DD, United Kingdom
          Tel. +44 2071134020, Email: info@kennedycater.com

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

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

   VI.5) Date of dispatch of this notice: 08/01/2019

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Waverley Borogh Council
       The Burys,, Godalming, GU7 1HR, United Kingdom
       Tel. +44 2071134020, Email: info@kennedycater.com
       Contact: Tim Morel and Elena Khawaja
       Main Address: http://www.waverley.gov.uk, Address of the buyer profile: http://www.waverley.gov.uk
       NUTS Code: UKJ2
   
   2: Contracting Authority
       Woking Borough Council
       Civic Offices, Gloucester Square, Woking, GU21 6YL, United Kingdom
       Tel. +44 2071134020, Email: info@kennedycater.com
       Contact: Tim Morel and Elena Khawaja
       Main Address: https://www.woking.gov.uk, Address of the buyer profile: https://www.woking.gov.uk
       NUTS Code: UKJ2



View any Notice Addenda

View Award Notice