Kennedy Cater is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Surrey Administrators and Solicitors Legal Services Framework |
Notice type: | Contract Notice |
Authority: | Kennedy Cater |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | 1.1The Surrey Administrators and Solicitors (“SAS”), comprised of Elmbridge Borough Council, Epsom & Ewell 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 Solicitors’ Property and Regeneration legal 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. The Members will follow an open style procedure. |
Published: | 25/07/2018 17:26 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/respond/DN9N8Z5MF4
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/DN9N8Z5MF4 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
European institution/agency or international organisation
I.5) Main activity
General public services
Section II: Object
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: SERVICES
II.1.4) Short description: 1.1The Surrey Administrators and Solicitors (“SAS”), comprised of Elmbridge Borough Council, Epsom & Ewell 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 Solicitors’ Property and Regeneration legal 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. The Members will follow an open style procedure.
II.1.5) Estimated total value:
Value excluding VAT: 8,000,000
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:
UKJ2 Surrey, East and West Sussex
II.2.4) Description of 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:
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:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
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 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: 8
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: 27/08/2018 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): 48
IV.2.7) Conditions for opening of tenders:
Date: 27/08/2018
Time: 16:01
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 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Staines-upon-Thames:-Legal-services./DN9N8Z5MF4
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/DN9N8Z5MF4
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.4.2) 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: 25/07/2018
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
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
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
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
UK-Staines-upon-Thames: Legal services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
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
Section II: Object (as stated in the original notice)
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: SERVICES
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
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 21/08/2018
VI.6) Original notice reference:
Notice Reference: 2018 - 226364
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 25/07/2018
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.1.4
Lot No: Not provided
Place of text to be modified: Short description:
Instead of: 1.1The Surrey Administrators and Solicitors (“SAS”), comprised of Elmbridge Borough Council, Epsom & Ewell 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 Solicitors’ Property and Regeneration legal 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. The Members will follow an open style procedure.
Read: 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.
VII.1.2) Text to be corrected in original notice No: 2
Section Number: VI.3
Lot No: Not provided
Place of text to be modified: Additional Information:
Instead of: 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Staines-upon-Thames:-Legal-services./DN9N8Z5MF4
Read: 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Staines-upon-Thames:-Legal-services./DN9N8Z5MF4
The Tender has now been extended and will now close on 28/08/2018 16:00
VII.2) Other 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=339118851
Additional Addresses And Contact Points
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
1. Contracting Authority/Entity:
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
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
2. Contracting Authority/Entity:
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 Award Notice
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