Kennedy Cater : HALA Legal Services Framework

  Kennedy Cater is using Delta eSourcing to run this tender exercise

Notice Summary
Title: HALA Legal Services Framework
Notice type: Contract Notice
Authority: Kennedy Cater
Nature of contract: Services
Procedure: Open
Short Description: The Housing Associations’ Legal Alliance includes Advance, BME London, Bromford Housing, CDS Co-operatives, Christian Action Housing, Cross Keys Homes, Eastend Homes, Greatwell Homes, Habinteg, Hastoe Group, Hexagon Housing, HFL Homes, Hightown Housing, Housing for Women, Housing Solutions, ISHA, Lewisham Homes, Local Space, MHS Homes, Newlon Housing Trust, Octavia Housing, One Housing, Optivo, Origin Housing, Phoenix Community Homes, Raven Housing Trust, Saxon Weald, Settle Group, Shepherds Bush Housing Group, Soho Housing, Swan Housing Association, Wandle Housing Association, Women’s Pioneer Housing, YMCA St Paul’s Group, YMCA Thames Gateway. Between them, there is a spend of approximately £6.2M per annum on external Solicitors’ Services. The Members 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.
Published: 28/03/2022 18:29
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-Croydon: Legal services.
Section I: Contracting Authority
      I.1) Name and addresses
             Optivo
             Grosvenor House, 125 High Street, Croydon, CR0 9XP, United Kingdom
             Tel. +44 2071134020, Email: HALA@KennedyCater.com
             Contact: Tim Morel and Richard Short
             Main Address: https://www.optivo.org.uk/, Address of the buyer profile: https://www.optivo.org.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: https://www.delta-esourcing.com/
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ 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
            Other type:: Registered Provider of Social Housing
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: HALA Legal Services Framework       
      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: The Housing Associations’ Legal Alliance includes Advance, BME London, Bromford Housing, CDS Co-operatives, Christian Action Housing, Cross Keys Homes, Eastend Homes, Greatwell Homes, Habinteg, Hastoe Group, Hexagon Housing, HFL Homes, Hightown Housing, Housing for Women, Housing Solutions, ISHA, Lewisham Homes, Local Space, MHS Homes, Newlon Housing Trust, Octavia Housing, One Housing, Optivo, Origin Housing, Phoenix Community Homes, Raven Housing Trust, Saxon Weald, Settle Group, Shepherds Bush Housing Group, Soho Housing, Swan Housing Association, Wandle Housing Association, Women’s Pioneer Housing, YMCA St Paul’s Group, YMCA Thames Gateway. Between them, there is a spend of approximately £6.2M per annum on external Solicitors’ Services. The Members 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.       
      II.1.5) Estimated total value:
      Value excluding VAT: 30,000,000       
      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: 4
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1: Corporate, Governance & Finance, Lot 2: Housing & Asset Management, Lot 3: Development and Lot 4: Property

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1: Corporate, Governance & Finance       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      79100000 - Legal services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKF EAST MIDLANDS (ENGLAND)
      UKG WEST MIDLANDS (ENGLAND)
      UKL WALES
      UKJ SOUTH EAST (ENGLAND)
      UKK SOUTH WEST (ENGLAND)
      UKE YORKSHIRE AND THE HUMBER
      UKD NORTH WEST (ENGLAND)
      UKC NORTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The organisations appointed shall provide legal advisory services including but not limited to:
•Banking and finance including the raising of bank funding, capital markets issuance, and hedging arrangements
•Charging and security work
•Development draw down funding (including contracts with the HCA / GLA)
•Corporate governance
•New business opportunities
•Acquisitions and disposals
•Joint ventures and subsidiaries
•Amalgamations and restructuring
•Stock transfers
•Employment advice (including TUPE)
•Employment litigation, including Employment Tribunals
•Taxation advice
•Pensions
•Charity law
•Industrial and provident society law
•Constitutional reviews
•Board member powers and responsibilities
•Corporate Policies and Procedures
•Commercial contracts (including Supporting People contracts)
•Debt recovery
•Procurement law
•Commercial disputes
•Grant applications e.g. Big Lottery funding
•IT and information law including system maintenance & support agreements, defamation and the internet, and intellectual property
•Data protection and freedom of information
•Code of Governance
•Regulations
•Company Law
•Miscellaneous advice such as occasional advice on such matters as Financial inclusion/general advice to tenants, consumer credit licence issues, health & safety, defamation, fraud, insolvency judicial reviews and public law issues including Human Rights Act.
      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: 7,000,000       
      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.2.10) 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: Lot 2: Housing & Asset Management       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      79100000 - Legal services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKF EAST MIDLANDS (ENGLAND)
      UKG WEST MIDLANDS (ENGLAND)
      UKL WALES
      UKJ SOUTH EAST (ENGLAND)
      UKK SOUTH WEST (ENGLAND)
      UKE YORKSHIRE AND THE HUMBER
      UKD NORTH WEST (ENGLAND)
      UKC NORTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The organisations appointed shall provide legal advisory services including but not limited to:
Legal Advisory Services
•Housing litigation such as:
•Disrepair claims
•Anti-social behaviour proceedings (including injunctions, committal)
•Rent arrears possession proceedings
•Non-rent arrears possession proceedings
•Possession proceedings (all types)
•Assured shorthold accelerated possession claims
•Trespassers
•Possession succession
•Evictions
•Gas servicing and other access injunctions
•Supported housing disputes
•Terminating licence agreements and obtaining possession
•Service charge disputes
•Tenancy Fraud
•Mediation
•First Tier Tribunal advice and advocacy
•Leaseholder disputes
•Deceased leaseholders where executors not meeting their obligations or where no monies in estate
•Unlawful assignments
•Enforcement / forfeiture
•Leasehold and shared ownership sub-letting
•Managing Agent issues including those arising from Tri-Partite agreements i.e. RP, Leaseholder and Managing Agent

General housing advice such as:
•Tenancy agreement advice
•Anti-social behaviour advice
•Housing benefit advice
•Service charge advice
•Estate management board advice
•Managing agents contracts and service level agreements
•Supported and sheltered housing advice
•Advice on complaints
•Dilapidations
•Dealing with lack of mental capacity
•Judicial Review
•Welfare reform updates
•Data protection
•Energy supply agreements with residents

Housing management policy advice such as:
•Drafting and advising on new forms of tenancy & licence agreement
•Rent setting advice
•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:
            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: 6,000,000       
      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.2.10) 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: Lot 3: Development       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      79100000 - Legal services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKF EAST MIDLANDS (ENGLAND)
      UKG WEST MIDLANDS (ENGLAND)
      UKL WALES
      UKJ SOUTH EAST (ENGLAND)
      UKK SOUTH WEST (ENGLAND)
      UKE YORKSHIRE AND THE HUMBER
      UKD NORTH WEST (ENGLAND)
      UKC NORTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The organisations appointed shall provide legal advisory services including but not limited to:
Development
•Public private partnerships
•Site Assembly
•Options to purchase
•Acquisitions/disposals of land/buildings including new build plot sales
•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 including joint ventures
•Construction Agreements (including collateral warranties)
•Bonds
•Parent Company Guarantees
•Contentious Construction
•Novation agreements
•Wayleaves and other utility agreements
•Building licences
•Grant agreements
•Health and safety
•Overage
•Planning advice
•Property taxation advice
•Procurement advice
•Development disputes (including litigation)
•Environmental issues
•ESCo/MUSCo leases and concession agreements.
•Energy supply agreements with residents
•Consultant appointment letters
•Contract amendments
•Frameworks for consultants and contractors
•Fire safety, asbestos water and other H&S law
•Advice in relation to sustainability, regulations and compliance
•Compulsory Purchase Orders
•Advice in relation to fire remediation and boundary disputes

Shared Ownership
•Setting up shared ownership schemes including drafting lease incorporating requirements of planning agreements
•Staircasing (not final and final)
•Resale/Assignment to new owner
•Easements
•Lifting of restrictive covenants
•Surrenders
•Repossessions
•New Build Plot sales
•Managing Agent issues including those arising from Tripartite Agreements i.e. RP, Leaseholder and Managing Agent.
•Lease management e.g. licences to assign, licences for alterations, deeds of variations, lease extensions
      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: 9,000,000       
      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.2.10) 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: Lot 4: Property       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      79100000 - Legal services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKF EAST MIDLANDS (ENGLAND)
      UKG WEST MIDLANDS (ENGLAND)
      UKL WALES
      UKJ SOUTH EAST (ENGLAND)
      UKK SOUTH WEST (ENGLAND)
      UKE YORKSHIRE AND THE HUMBER
      UKD NORTH WEST (ENGLAND)
      UKC NORTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The organisations appointed shall provide legal advisory services including but not limited to:

Commercial Property
•Property rationalisation including purchases, disposals, stock swaps, TUPE (employment issues)
•Purchases/disposals of real estate (general)
•Auction acquisitions and disposals
•Easements
•Title investigations
•Agreements for lease/licences
•Granting and taking leases
•Management Agreements
•Lease management e.g. licences to assign, licences for alterations, deeds of variation, lease extensions, rent review memoranda etc.
•Advice relating to existing leases and management agreements
•Commercial Lease renewals and surrenders
•Tenanted sales initiatives
•Tenanted transfers including overage agreements
•Dilapidations
•Adverse possession including traveller issues
•Establishing property joint ventures
•Plot sales (commercial)
•Consent issues relating to restrictions on title, including lifting of restrictive covenants
•Ground rent issues
•Property litigation
•Construction contracts (including professional services contracts)
•Serving section 25 and s26 notices and responding to the same when served
•Re-possession of premises
•Novation agreements
•Wayleaves and other utility agreements
•Overage
•Property taxation advice
•Boundary dispute advice

Residential Property
•Purchases and sales of individual residential units (freehold/ leasehold)
•New build plot sales (freehold/ leasehold)
•Easements
•Lifting of restrictive covenants
•Auctions
•Sales under Right To Buy, Right To Acquire /Social HomeBuy
•Independent Supported Living purchases
•Service charge issues (including sinking fund disputes)
•Leasehold Valuation Tribunal advice and advocacy
•Leasehold enfranchisement
•Absent landlords (overseas etc.)
•Boundary dispute advice

Shared Ownership
•Setting up shared ownership schemes including drafting lease incorporating requirements of planning agreements
•Staircasing (not final and final)
•Resale/Assignment to new owner
•Easements
•Lifting of restrictive covenants
•Surrenders
•Repossessions
•New Build Plot sales
•Managing Agent issues including those arising from Tripartite Agreements i.e. RP, Leaseholder and Managing Agent.
•Lease management e.g. licences to assign, licences for alterations, deeds of variations, lease extensions
      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: 8,000,000       
      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.2.10) 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       
      List and brief description of selection criteria:
      As detailed in the procurement documents    
      Minimum level(s) of standards possibly required (if applicable) :       
      As detailed in the procurement documents    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      As detailed in the procurement documents    
      Minimum level(s) of standards possibly required (if applicable) :          
      As detailed in the procurement documents
      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       
      As detailed in the procurement documents          
      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 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: 33           
         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: 29/04/2022 Time: 16:00
            
      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): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 29/04/2022
         Time: 16:00
      

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. The estimated total value in II.1.5) should be treated as a rough guide and not a constraint. This framework will be accessible to existing and new HALA members. HALA cannot accurately predict the growth in its membership or individual members' expenditure. Expenditure could significantly exceed the estimated total value in the event of high demand.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Croydon:-Legal-services./4Y8S3J3N5H

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4Y8S3J3N5H
   VI.4) Procedures for review
   VI.4.1) Review body:
             Optivo
       Grosvenor House, 125 High Street, Croydon, CR0 9XP, United Kingdom
       Tel. +44 2071134020, Email: HALA@KennedyCater.com
   VI.4.2) Body responsible for mediation procedures:
             The High Court,
          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:    
    Optivo will observe a 10-day standstill period calculated in accordance with the Public Contracts Regulations 2015. Under those regulations, aggrieved bidders may by way of proceedings in the High Court seek relief in respect of alleged breaches of the Public Contracts Regulations 2015 which may include declaring any award ineffective and/or seeking damages. After the expiry of the 10-day standstill period, Optivo will, unless prevented by order of the court, conclude and enter all framework agreements.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Optivo, c/o Kennedy Cater Ltd,
       Grosvenor House,, 125 High Street,, Croydon, CR0 9XP, United Kingdom
       Tel. +44 2071134020
   VI.5) Date Of Dispatch Of This Notice: 28/03/2022

Annex A


View any Notice Addenda

View Award Notice

UK-Croydon: Legal services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Optivo
       Grosvenor House, 125 High Street, Croydon, CR0 9XP, United Kingdom
       Tel. +44 2071134020, Email: HALA@KennedyCater.com
       Contact: Tim Morel and Richard Short
       Main Address: https://www.optivo.org.uk/, Address of the buyer profile: https://www.optivo.org.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:
      Other type:: Registered Provider of Social Housing

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: HALA Legal Services Framework            
      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: The Housing Associations’ Legal Alliance includes Advance, BME London, Bromford Housing, CDS Co-operatives, Christian Action Housing, Cross Keys Homes, Eastend Homes, Greatwell Homes, Habinteg, Hastoe Group, Hexagon Housing, HFL Homes, Hightown Housing, Housing for Women, Housing Solutions, ISHA, Lewisham Homes, Local Space, MHS Homes, Newlon Housing Trust, Octavia Housing, One Housing, Optivo, Origin Housing, Phoenix Community Homes, Raven Housing Trust, Saxon Weald, Settle Group, Shepherds Bush Housing Group, Soho Housing, Swan Housing Association, Wandle Housing Association, Women’s Pioneer Housing, YMCA St Paul’s Group, YMCA Thames Gateway. Between them, there is a spend of approximately £6.2M per annum on external Solicitors’ Services. The Members 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.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                              
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 30,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1: Corporate, Governance & Finance   
      Lot No:1

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


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKF - EAST MIDLANDS (ENGLAND)
      UKG - WEST MIDLANDS (ENGLAND)
      UKL - WALES
      UKJ - SOUTH EAST (ENGLAND)
      UKK - SOUTH WEST (ENGLAND)
      UKE - YORKSHIRE AND THE HUMBER
      UKD - NORTH WEST (ENGLAND)
      UKC - NORTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      EAST MIDLANDS (ENGLAND)
      WEST MIDLANDS (ENGLAND)
      WALES
      SOUTH EAST (ENGLAND)
      SOUTH WEST (ENGLAND)
      YORKSHIRE AND THE HUMBER
      NORTH WEST (ENGLAND)
      NORTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: The organisations appointed shall provide legal advisory services including but not limited to:
•Banking and finance including the raising of bank funding, capital markets issuance, and hedging arrangements
•Charging and security work
•Development draw down funding (including contracts with the HCA / GLA)
•Corporate governance
•New business opportunities
•Acquisitions and disposals
•Joint ventures and subsidiaries
•Amalgamations and restructuring
•Stock transfers
•Employment advice (including TUPE)
•Employment litigation, including Employment Tribunals
•Taxation advice
•Pensions
•Charity law
•Industrial and provident society law
•Constitutional reviews
•Board member powers and responsibilities
•Corporate Policies and Procedures
•Commercial contracts (including Supporting People contracts)
•Debt recovery
•Procurement law
•Commercial disputes
•Grant applications e.g. Big Lottery funding
•IT and information law including system maintenance & support agreements, defamation and the internet, and intellectual property
•Data protection and freedom of information
•Code of Governance
•Regulations
•Company Law
•Miscellaneous advice such as occasional advice on such matters as Financial inclusion/general advice to tenants, consumer credit licence issues, health & safety, defamation, fraud, insolvency judicial reviews and public law issues including Human Rights Act.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 65%
                  
      Cost criterion - Name: Price / Weighting: 35%
            

      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:Lot 2: Housing & Asset Management   
      Lot No:2

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


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKF - EAST MIDLANDS (ENGLAND)
      UKG - WEST MIDLANDS (ENGLAND)
      UKL - WALES
      UKJ - SOUTH EAST (ENGLAND)
      UKK - SOUTH WEST (ENGLAND)
      UKE - YORKSHIRE AND THE HUMBER
      UKD - NORTH WEST (ENGLAND)
      UKC - NORTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      EAST MIDLANDS (ENGLAND)
      WEST MIDLANDS (ENGLAND)
      WALES
      SOUTH EAST (ENGLAND)
      SOUTH WEST (ENGLAND)
      YORKSHIRE AND THE HUMBER
      NORTH WEST (ENGLAND)
      NORTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: The organisations appointed shall provide legal advisory services including but not limited to:
Legal Advisory Services
•Housing litigation such as:
•Disrepair claims
•Anti-social behaviour proceedings (including injunctions, committal)
•Rent arrears possession proceedings
•Non-rent arrears possession proceedings
•Possession proceedings (all types)
•Assured shorthold accelerated possession claims
•Trespassers
•Possession succession
•Evictions
•Gas servicing and other access injunctions
•Supported housing disputes
•Terminating licence agreements and obtaining possession
•Service charge disputes
•Tenancy Fraud
•Mediation
•First Tier Tribunal advice and advocacy
•Leaseholder disputes
•Deceased leaseholders where executors not meeting their obligations or where no monies in estate
•Unlawful assignments
•Enforcement / forfeiture
•Leasehold and shared ownership sub-letting
•Managing Agent issues including those arising from Tri-Partite agreements i.e. RP, Leaseholder and Managing Agent

General housing advice such as:
•Tenancy agreement advice
•Anti-social behaviour advice
•Housing benefit advice
•Service charge advice
•Estate management board advice
•Managing agents contracts and service level agreements
•Supported and sheltered housing advice
•Advice on complaints
•Dilapidations
•Dealing with lack of mental capacity
•Judicial Review
•Welfare reform updates
•Data protection
•Energy supply agreements with residents

Housing management policy advice such as:
•Drafting and advising on new forms of tenancy & licence agreement
•Rent setting advice
•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:
      Quality criterion - Name: Quality / Weighting: 50%
                  
      Cost criterion - Name: Price / Weighting: 50%
            

      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:Lot 3: Development   
      Lot No:3

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


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKF - EAST MIDLANDS (ENGLAND)
      UKG - WEST MIDLANDS (ENGLAND)
      UKL - WALES
      UKJ - SOUTH EAST (ENGLAND)
      UKK - SOUTH WEST (ENGLAND)
      UKE - YORKSHIRE AND THE HUMBER
      UKD - NORTH WEST (ENGLAND)
      UKC - NORTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      EAST MIDLANDS (ENGLAND)
      WEST MIDLANDS (ENGLAND)
      WALES
      SOUTH EAST (ENGLAND)
      SOUTH WEST (ENGLAND)
      YORKSHIRE AND THE HUMBER
      NORTH WEST (ENGLAND)
      NORTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: The organisations appointed shall provide legal advisory services including but not limited to:
Development
•Public private partnerships
•Site Assembly
•Options to purchase
•Acquisitions/disposals of land/buildings including new build plot sales
•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 including joint ventures
•Construction Agreements (including collateral warranties)
•Bonds
•Parent Company Guarantees
•Contentious Construction
•Novation agreements
•Wayleaves and other utility agreements
•Building licences
•Grant agreements
•Health and safety
•Overage
•Planning advice
•Property taxation advice
•Procurement advice
•Development disputes (including litigation)
•Environmental issues
•ESCo/MUSCo leases and concession agreements.
•Energy supply agreements with residents
•Consultant appointment letters
•Contract amendments
•Frameworks for consultants and contractors
•Fire safety, asbestos water and other H&S law
•Advice in relation to sustainability, regulations and compliance
•Compulsory Purchase Orders
•Advice in relation to fire remediation and boundary disputes

Shared Ownership
•Setting up shared ownership schemes including drafting lease incorporating requirements of planning agreements
•Staircasing (not final and final)
•Resale/Assignment to new owner
•Easements
•Lifting of restrictive covenants
•Surrenders
•Repossessions
•New Build Plot sales
•Managing Agent issues including those arising from Tripartite Agreements i.e. RP, Leaseholder and Managing Agent.
•Lease management e.g. licences to assign, licences for alterations, deeds of variations, lease extensions

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 55%
                  
      Cost criterion - Name: Price / Weighting: 45%
            

      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:Lot 4: Property   
      Lot No:4

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


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKF - EAST MIDLANDS (ENGLAND)
      UKG - WEST MIDLANDS (ENGLAND)
      UKL - WALES
      UKJ - SOUTH EAST (ENGLAND)
      UKK - SOUTH WEST (ENGLAND)
      UKE - YORKSHIRE AND THE HUMBER
      UKD - NORTH WEST (ENGLAND)
      UKC - NORTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      EAST MIDLANDS (ENGLAND)
      WEST MIDLANDS (ENGLAND)
      WALES
      SOUTH EAST (ENGLAND)
      SOUTH WEST (ENGLAND)
      YORKSHIRE AND THE HUMBER
      NORTH WEST (ENGLAND)
      NORTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: The organisations appointed shall provide legal advisory services including but not limited to:

Commercial Property
•Property rationalisation including purchases, disposals, stock swaps, TUPE (employment issues)
•Purchases/disposals of real estate (general)
•Auction acquisitions and disposals
•Easements
•Title investigations
•Agreements for lease/licences
•Granting and taking leases
•Management Agreements
•Lease management e.g. licences to assign, licences for alterations, deeds of variation, lease extensions, rent review memoranda etc.
•Advice relating to existing leases and management agreements
•Commercial Lease renewals and surrenders
•Tenanted sales initiatives
•Tenanted transfers including overage agreements
•Dilapidations
•Adverse possession including traveller issues
•Establishing property joint ventures
•Plot sales (commercial)
•Consent issues relating to restrictions on title, including lifting of restrictive covenants
•Ground rent issues
•Property litigation
•Construction contracts (including professional services contracts)
•Serving section 25 and s26 notices and responding to the same when served
•Re-possession of premises
•Novation agreements
•Wayleaves and other utility agreements
•Overage
•Property taxation advice
•Boundary dispute advice

Residential Property
•Purchases and sales of individual residential units (freehold/ leasehold)
•New build plot sales (freehold/ leasehold)
•Easements
•Lifting of restrictive covenants
•Auctions
•Sales under Right To Buy, Right To Acquire /Social HomeBuy
•Independent Supported Living purchases
•Service charge issues (including sinking fund disputes)
•Leasehold Valuation Tribunal advice and advocacy
•Leasehold enfranchisement
•Absent landlords (overseas etc.)
•Boundary dispute advice

Shared Ownership
•Setting up shared ownership schemes including drafting lease incorporating requirements of planning agreements
•Staircasing (not final and final)
•Resale/Assignment to new owner
•Easements
•Lifting of restrictive covenants
•Surrenders
•Repossessions
•New Build Plot sales
•Managing Agent issues including those arising from Tripartite Agreements i.e. RP, Leaseholder and Managing Agent.
•Lease management e.g. licences to assign, licences for alterations, deeds of variations, lease extensions

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 50%
                  
      Cost criterion - Name: Price / Weighting: 50%
            

      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: 2022/S 000-008363
      
   

   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: Corporate, Governance and Finance

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Anthony Collins Solicitors LLP, OC313432
             134 Edmund St, Birmingham, B3 2ES, United Kingdom
             Tel. +44 1614700326, Email: gary.shaw@anthonycollins.com
             Internet address: www.anthonycollins.com
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Capsticks LLP, OC340360
             1 St George's Road, London, SW19 4DR, United Kingdom
             Tel. +44 2087804734, Email: chimi.shakohoxha@capsticks.com
             Internet address: www.capsticks.com
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             Clarke Willmott LLP, OC344818
             1 Georges Square, Bath Street, Bristol, BS1 6BA, United Kingdom
             Tel. +44 3452091804, Email: lindsay.felstead@clarkewillmott.com
             Internet address: www.clarkewillmott.com
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Devonshires Solicitors LLP, OC397401
             30 Finsbury Circus, London, EC2M 7DT, United Kingdom
             Tel. +44 2076287576, Email: tenders@devonshires.co.uk
             Internet address: www.devonshires.com
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Penningtons Manches Cooper LLP, OC311575
             125 Wood Street, London, EC2V 7AW, United Kingdom
             Tel. +44 1256407115, Email: linda.storey@penningtonslaw.com
             Internet address: www.penningtonslaw.com
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.6)
             Trowers & Hamlins LLP, OC337852
             3 Bunhill Row, London, EC1Y 8YZ, United Kingdom
             Tel. +44 2074238000, Email: swebster@trowers.com
             Internet address: www.trowers.com
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.7)
             Winckworth Sherwood LLP, OC334359
             Minerva House, 5 Montague Close, London, SE1 9BB, United Kingdom
             Tel. +44 2075935197, Email: hmahmoud@wslaw.co.uk
             Internet address: www.wslaw.co.uk
             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: 7,000,000          
         Total value of the contract/lot: 7,000,000
         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: Housing & Asset Management

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Batchelors Solicitors, N/A
             Charles House, 35, Widmore Road, , Bromley, BR1 1RW, United Kingdom
             Tel. +44 2087687000, Email: bstotesbury@batchelors.co.uk
             Internet address: www.batchelors.co.uk
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Bevan Brittan LLP, OC309219
             Toronto Square, 7th Floor,, Toronto Street, Leeds, LS1 2HJ, United Kingdom
             Tel. +44 3701945494, Email: john.cox@bevanbrittan.com
             Internet address: www.bevanbrittan.com
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             Birketts LLP, OC317545
             106 Leadenhall Street, London, EC3A 4AA, United Kingdom
             Tel. +44 1473921779, Email: jonathan-hulley@birketts.co.uk
             Internet address: www.birketts.co.uk
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.4)
             Capsticks Solicitors LLP, OC340360
             1 St George's Street, Wimbledon, London, SW19 4DR, United Kingdom
             Tel. +44 2087804734, Email: chimi.shakohoxha@capsticks.com
             Internet address: www.capsticks.com
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.5)
             Clarke Willmott LLP, OC344818
             138 Edmund Street, Birmingham, B3 2ES, United Kingdom
             Tel. +44 3452091804, Email: lindsay.felstead@clarkewillmott.com
             Internet address: www.clarkewillmott.com
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.6)
             Devonshires Solicitors LLP, OC397401
             30 Finsbury Circus, London, EC2M 7DT, United Kingdom
             Tel. +44 2078804294, Email: tenders@devonshires.co.uk
             Internet address: www.devonshires.com
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Judge & Priestley LLP, OC312733
             Justin House, 6 West Street, Bromley, BR1 1QN, United Kingdom
             Tel. +44 2082907347, Email: nsingh@judge-priestley.co.uk
             Internet address: www.judge-priestley.co.uk
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Roythornes Limited, 06611251
             14 Park Row, Nottingham, NG1 6GR, United Kingdom
             Tel. +44 1775842550, Email: lisacawdron@roythornes.co.uk
             Internet address: www.roythornes.co.uk
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 6,000,000          
         Total value of the contract/lot: 6,000,000
         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: Development

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Ashfords LLP, OC342432
             Ashford House, Grenadier Road, Exeter, EX1 3LH, United Kingdom
             Tel. +44 1392337000, Email: tenders@ashfords.co.uk
             Internet address: www.ashfords.co.uk
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             Capsticks Solicitors LLP, OC340360
             1 St George's Street, Wimbledon, London, SW19 4DR, United Kingdom
             Tel. +44 2087804734, Email: chimi.shakohoxha@capsticks.com
             Internet address: www.capsticks.com
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             Devonshires Solicitors LLP, OC397401
             30 Finsbury Circus, London, EC2M 7DT, United Kingdom
             Tel. +44 2078804294, Email: tenders@devonshires.co.uk
             Internet address: www.devonshires.com
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Foot Anstey LLP, OC360255
             2 Glass Wharf, Bristol, BS2 0EL, United Kingdom
             Tel. +44 1179154618, Email: Patrick.wetherall@footanstey.com
             Internet address: www.footanstey.com
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.5)
             Hugh James, OC358642
             Two Central Square, , Cardiff, CF10 1FS, United Kingdom
             Tel. +44 2922675418, Email: caroline.o'flaherty@hughjames.com
             Internet address: www.hughjames.com
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.6)
             Penningtons Manches Cooper LLP, OC311575
             125 Wood Street, London, EC2V 7AW, United Kingdom
             Tel. +44 1256407115, Email: linda.storey@penningtonslaw.com
             Internet address: www.penningtonslaw.com
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.7)
             Roythornes Limited, 06611251
             14 Park Row, Nottingham, NG1 6GR, United Kingdom
             Tel. +44 1775842550, Email: lisacawdron@roythornes.co.uk
             Internet address: www.roythornes.co.uk
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Sharratts (London) LLP, OC352690
             1 The Old Yard, Rectory Lane, Brasted, TN16 1JP, United Kingdom
             Tel. +44 01959568017, Email: sarahj@sharratts-london.co.uk
             Internet address: www.sharratts-london.co.uk
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.9)
             TLT LLP, OC308658
             One Redcliff Street, Bristol, BS1 6TP, United Kingdom
             Tel. +44 3330060000, Email: tenders@tltsolicitors.com
             Internet address: www.tltsolicitors.com
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.10)
             Trowers & Hamlins LLP, OC337852
             3 Bunhill Row, London, EC1Y 8YZ, United Kingdom
             Tel. +44 2074238479, Email: swebster@trowers.com
             Internet address: www.trowers.com
             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: 9,000,000          
         Total value of the contract/lot: 9,000,000
         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: Property

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Ashfords LLP, OC342432
             Ashford House, Grenadier Road, EX1 3LH, EX1 3LH, United Kingdom
             Tel. +44 1392337000, Email: website@ashfords.co.uk
             Internet address: www.ashfords.co.uk
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             Batchelors Solicitors, N/A
             Charles House, 35, Widmore Road, Bromley, BR1 1RW, United Kingdom
             Tel. +44 02087687000, Email: bstotesbury@batchelors.co.uk
             Internet address: www.batchelors.co.uk
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             Capsticks Solicitors LLP, OC340360
             1 St George's Street, Wimbledon, London, SW19 4DR, United Kingdom
             Tel. +44 2087804734, Email: chimi.shakohoxha@capsticks.com
             Internet address: www.capsticks.com
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.4)
             Devonshires Solicitors LLP, OC397401
             30 Finsbury Circus, London, EC2M 7DT, United Kingdom
             Tel. +44 2078804294, Email: tenders@devonshires.co.uk
             Internet address: www.devonshires.com
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Foot Anstey LLP, OC360255
             2 Glass Wharf, Bristol, BS2 0EL, United Kingdom
             Tel. +44 1179154618, Email: Patrick.wetherall@footanstey.com
             Internet address: www.footanstey.com
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.6)
             Hugh James, OC358642
             Two Central Square, Cardiff, CF10 1FS, United Kingdom
             Tel. +44 2922675418, Email: caroline.o'flaherty@hughjames.com
             Internet address: www.hughjames.com
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.7)
             Penningtons Manches Cooper LLP, OC311575
             125 Wood Street, London, EC2V 7AW, United Kingdom
             Tel. +44 1256407115, Email: linda.storey@penningtonslaw.com
             Internet address: www.penningtonslaw.com
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.8)
             Roythornes Limited, 06611251
             Enterprise Way, Pinchbeck, Spalding, PE11 3YR, United Kingdom
             Tel. +44 1775842550, Email: lisacawdron@roythornes.co.uk
             Internet address: www.roythornes.co.uk
             NUTS Code: UKI
            The contractor is an SME: Yes

      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 estimated total value in II.1.5) should be treated as a rough guide and not a constraint. This framework will be accessible to existing and new HALA members. HALA cannot accurately predict the growth in its membership or individual members' expenditure. Expenditure could significantly exceed the estimated total value in the event of high demand.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=716364716

   VI.4) Procedures for review

      VI.4.1) Review body
          Optivo
          Grosvenor House, 125 High Street, Croydon, CR0 9XP, United Kingdom
          Tel. +44 2071134020, Email: HALA@KennedyCater.com

      VI.4.2) Body responsible for mediation procedures
          The High Court,
          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: Optivo will observe a 10-day standstill period calculated in accordance with the Public Contracts Regulations 2015. Under those regulations, aggrieved bidders may by way of proceedings in the High Court seek relief in respect of alleged breaches of the Public Contracts Regulations 2015 which may include declaring any award ineffective and/or seeking damages. After the expiry of the 10-day standstill period, Optivo will, unless prevented by order of the court, conclude and enter all framework agreements.

      VI.4.4) Service from which information about the review procedure may be obtained
          Optivo, c/o Kennedy Cater Ltd,
          Grosvenor House,, 125 High Street,, Croydon, CR0 9XP, United Kingdom
          Tel. +44 2071134020

   VI.5) Date of dispatch of this notice: 26/08/2022