British Business Bank Plc: BBB Structured Finance Legal Services Panel

  British Business Bank Plc has published this notice through Delta eSourcing

Notice Summary
Title: BBB Structured Finance Legal Services Panel
Notice type: Contract Notice
Authority: British Business Bank Plc
Nature of contract: Services
Procedure: Open
Short Description: In line with the Prior Information Notice ("PIN") as issued on 8th September 2023, British Business Bank ("BBB") are undertaking an open procurement exercise by which to create a framework (the "Framework") for the appointment of a BBB Structured Finance Legal Services Panel for provision of legal advice services in relation to structured finance transactions.
Published: 04/12/2023 10:51

View Full Notice

UK-Sheffield: Legal services.
Section I: Contracting Authority
      I.1) Name and addresses
             British Business Bank
             Steel City House, West Street, Sheffield, S1 2GQ, United Kingdom
             Tel. +44 1142062134, Email: procurement@british-business-bank.co.uk
             Main Address: https://www.british-business-bank.co.uk/
             NUTS Code: UK
      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: https://www.delta-esourcing.com/tenders/UK-UK-Sheffield:-Legal-services./34XH2S5K93
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-GB-Sheffield:-BBB-Structured-Finance-Legal-Services-Panel/34XH2S5K93 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
            Economic and financial affairs

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: BBB Structured Finance Legal Services Panel       
      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: In line with the Prior Information Notice ("PIN") as issued on 8th September 2023, British Business Bank ("BBB") are undertaking an open procurement exercise by which to create a framework (the "Framework") for the appointment of a BBB Structured Finance Legal Services Panel for provision of legal advice services in relation to structured finance transactions.       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: 1.Overview
In line with the Prior Information Notice ("PIN") as issued on 8th September 2023, British Business Bank ("BBB") are undertaking an open procurement exercise by which to create a framework (the "Framework") for the appointment of a BBB Structured Finance Legal Services Panel for provision of legal advice services in relation to structured finance transactions.
2.Introduction
BBB is an economic development bank which is 100% owned and funded by the UK Government. Established on 1 November 2014, the BBB's mission is to drive sustainable growth and prosperity across the UK, and to enable the transition to a net zero economy, by supporting access to finance for smaller businesses. BBB brings together expertise and funding to support economic growth by improving the UK's business finance markets. BBB invests or administers Government funding alongside or through private sector partners and uses targeted guarantees and funding options to encourage more private sector lending and investment.
British Business Financial Services Ltd ("BBFSL") administers certain programmes on behalf of HM Government. British Business Investments Limited ("BBI") is part of the BBB's commercial arm. BBFSL and BBI are both wholly owned subsidiaries of BBB.
In support of the delivery of its programmes, BBB are issuing this framework procurement for the appointment of a BBB Structured Finance Legal Services Panel for provision of legal advice services in relation to structured finance transactions pursuant to programmes administered by BBB, BBFSL, BBI or their respective subsidiaries.
3.Nature of Services
(a)The procurement exercise will welcome Suppliers with the requisite skills to provide legal services relevant to the Programmes, including but not limited to:
(i)advice relating to finance, debt capital markets, guarantees, trusts, bank lending, structured finance, derivatives and/or securitisation as required;
(ii)corporate and contract law advice;
(iii)financial and non-financial regulatory advice;
(iv)consumer credit and real estate finance advice;
(v)where applicable, foreign law advice or 'issue spotting' (noting that any contracts to be entered into by the Buyers will be governed by English law);
(vi)tax law advice;
(vii)general transaction management; and
(viii)advice relating to disputes, litigation, investigations and other contentious matters.
4.Procurement Process
This procurement is being conducted via the Delta e-tendering platform, for which registration is free at the link contained - https://www.delta-esourcing.com/tenders/UK-GB-Sheffield:-BBB-Structured-Finance-Legal-Services-Panel/34XH2S5K93, should it be required the access code is 34XH2S5K93.
The Framework will be in place for a period of 4 years and will be non-exclusive and non-committal. As such, guaranteed volumes of work cannot be provided and the values outlined are anticipated only.
The deadline for submission of clarification questions is 11th December 2023, with submission of bids to be received by 10th January 2024 at midday.
      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: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2024 / End: 31/03/2028       
      This contract is subject to renewal: No       
      Description of renewals: 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: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         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: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2023/S 000 - 026607       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 10/01/2024 Time: 12:00
            
      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): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 10/01/2024
         Time: 13:00
      

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 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=827463049
   VI.4) Procedures for review
   VI.4.1) Review body:
             British Business Bank
       Sheffield, S1 2gq, 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:    
    Not Provided    
   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: 04/12/2023

Annex A


View any Notice Addenda

View Award Notice