Ex Employees is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Legal Services |
Notice type: | Contract Notice |
Authority: | Ex Employees |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Peabody Trust and the other members of its group merged with the Family Mosaic Housing group in June 2017. The new organisation has 111,000 residents and 8,000 care and support customers. The new organisation is aiming to put the most vulnerable first, create great places at scale where people want to live, and build resilience in people and communities. Priorities include delivering good and reliable services to our customers, building 2,500 new homes each year by 2021 and taking the next steps in the regeneration of Thamesmead, London’s new town. Peabody Trust is seeking to appoint a number of legal providers to enter into Call-Off agreements to provide advisory services in one or more specified Lots for Legal Services. This procurement is anticipated to cover almost all of the newly merged Peabody Trust’s requirement for legal services over the four years from 2019 – 2022. |
Published: | 13/07/2018 11:44 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Peabody Trust
45 Westminster Bridge Road, London, SE1 7JB, United Kingdom
Tel. +44 7715634164, Email: reena.nijjar@peabody.org.uk
Contact: Reena Nijjar
Main Address: www.peabody.org.uk, Address of the buyer profile: www.delta-esourcing.co.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: http://www.delta-esourcing.com/tenders/UK-UK-London:-Legal-services./X25N9NW76M
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Legal Services
Reference Number: Not provided
II.1.2) Main CPV Code:
79100000 - Legal services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Peabody Trust and the other members of its group merged with the Family Mosaic Housing group in June 2017. The new organisation has 111,000 residents and 8,000 care and support customers. The new organisation is aiming to put the most vulnerable first, create great places at scale where people want to live, and build resilience in people and communities. Priorities include delivering good and reliable services to our customers, building 2,500 new homes each year by 2021 and taking the next steps in the regeneration of Thamesmead, London’s new town. Peabody Trust is seeking to appoint a number of legal providers to enter into Call-Off agreements to provide advisory services in one or more specified Lots for Legal Services. This procurement is anticipated to cover almost all of the newly merged Peabody Trust’s requirement for legal services over the four years from 2019 – 2022.
II.1.5) Estimated total value:
Value excluding VAT: 16,000,000
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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1 – Asset Management and Property
Lot 2 – Development and Construction
Lot 3 – Corporate, Commercial and Governance
Lot 4 – Corporate Finance and Treasury
Lot 5 – Residential Conveyancing
Lot 6 – Care & Support
Lot 7 – Major Contract/ Commercial Disputes
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Asset Management and Property
Lot No: 1
II.2.2) Additional CPV codes:
79100000 - Legal services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 1 – Asset Management and Property
•Landlord & Tenant - service charge
•Commercial Property - general
•Rights of First Refusal
•Property matters including party walls, boundaries, easements & way-leaves
•Security Charging work
•Related dispute resolution
•Environmental law
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: 4,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Development and Construction
Lot No: 2
II.2.2) Additional CPV codes:
79100000 - Legal services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 2 – Development and Construction
•Site acquisitions and title verification work
•Development Agreements
•Planning, including Section 106 agreements
•Planning litigation and dispute work
•Construction law related advice including JCT Building contracts, licenses, performance bonds, appointments and warranties
•Environmental issues
•Infrastructure agreements e.g. Section 38. 104 and 287 agreements
•Building licences/leases
•Novation agreements
•Construction Joint Ventures
•Drafting of/advice on construction contract conditions including but not limited to the common forms of building/engineering contracts
•Advice relating to construction contractual disputes
•Guidance on legal developments, such as new legislation and their impact (e.g. Construction Act 2010)
•Advice (including the drafting of relevant provisions) on such other matters as consultant appointments, etc.
•Related dispute resolution
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: 3,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Corporate, Commercial and Governance
Lot No: 3
II.2.2) Additional CPV codes:
79100000 - Legal services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 3 – Corporate, Commercial and Governance
•Group Structure, Governance, Charity Law and Policy
•Community Investment activities, Fundraising
•Mergers & Acquisitions and related due diligence
•Regulatory issues
•Health & Safety law and procedure, including corporate responsibility
•Company Secretarial matters
•General Contracts and commercial law
•ICT Contracts
•Services Contracts
•Employment and Pensions (including TUPE issues)
•Employment contracts and disputes (including tribunal claims and settlement agreements)
•Tax advice, including (but not limited to) VAT and Stamp Duty Land Tax
•Intellectual Property and Data Protection
•Company, Charity and Industrial & Provident Society law, regulation and best practice
•Compliance with relevant EU Directives and UK legislation/regulations relating to procurement including:
oPQQ drafting/evaluation
oITT drafting/evaluation
•Unsuccessful Application/Bidder feedback and matters arising therefrom such as the Remedies Directive 2009
•Fraud
•Shared services advice
•Related dispute resolution
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: 2,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Corporate Finance and Treasury
Lot No: 4
II.2.2) Additional CPV codes:
79100000 - Legal services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 4 – Corporate Finance and Treasury
•Financing including those sourced from banks, the capital markets, private placement, any form of private equity and inter-company loans
•On-lending arrangements
•Loan security
•Advice on launching new product services such as mortgage products, affordable rent products etc.
•Consumer Credit Licences
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: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 5
II.2.1) Title: Residential Conveyancing
Lot No: 5
II.2.2) Additional CPV codes:
79100000 - Legal services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 5 – Residential Conveyancing
•Development Plot Sales – freehold & leasehold, including shared ownership
•Shared ownership stair-casing
•Non-development related residential sales and acquisitions (freehold and leasehold)
•Leasehold Management (inc. statutory notices)
•Right to Manage
•Enfranchisement
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: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 6
II.2.1) Title: Care & Support
Lot No: 6
II.2.2) Additional CPV codes:
79100000 - Legal services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 6 – Care & Support
•Care and Support contracts with Local Authorities and other commissioners
•Regulatory advice for Health and Social Care activities
•Contract management within Health and Social Care
•Subcontracting arrangements
•Related Procurement advice
•Related Disputes advice
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: 1,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 7
II.2.1) Title: Major Contract/ Commercial Disputes
Lot No: 7
II.2.2) Additional CPV codes:
79100000 - Legal services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 7 – Major Contract/ Commercial Disputes
• Major Contract/ Commercial Disputes, particularly as they relate to development agreements and long-term maintenance and asset management contracts
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: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 15/08/2018 Time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2022
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.This procurement is being conducted by Peabody Trust on behalf of itself and all present and future members of the Peabody Group, including Peabody South East Limited, Family Mosaic Home Ownership Limited, Peabody Services Limited, Family Mosaic Housing Services Limited, Peabody Enterprises Limited, Charlton Triangle Homes Limited, Peabody Community Foundation, Peabody Land Limited and Peabody Group Maintenance Limited, as well as any successor body of any of the organisations listed, and any subsidiary, subsidiary undertaking, holding company and/or associate (from time to time) of the aforementioned entities.
The partner may be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply-chain initiatives. Accordingly contract performance conditions may relate to social and environmental considerations.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Legal-services./X25N9NW76M
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/X25N9NW76M
VI.4) Procedures for review
VI.4.1) Review body:
High Courts of Justice of The Royal Court of Justice
The Strand, London, WC2A 2LL, 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:
In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement); regulation 87 (Standstill period) and the other relevant provisions of the Public Contracts Regulations 2015, following any decision to award a contract or contracts the contracting authority will be providing debriefing information to unsuccessful bidders and observe a minimum 10 day standstill period before the contracts are entered into.
Peabody reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this Notice.
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: 13/07/2018
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Peabody Trust
45 Westminster Bridge Road, London, SE1 7JB, United Kingdom
Tel. +44 7715634164, Email: reena.nijjar@peabody.org.uk
Contact: Reena Nijjar
Main Address: www.peabody.org.uk, Address of the buyer profile: www.delta-esourcing.co.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:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Legal Services
Reference number: Not Provided
II.1.2) Main CPV code:
79100000 - Legal services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Peabody Trust and the other members of its group merged with the Family Mosaic Housing group in June 2017. The new organisation has 111,000 residents and 8,000 care and support customers. The new organisation is aiming to put the most vulnerable first, create great places at scale where people want to live, and build resilience in people and communities. Priorities include delivering good and reliable services to our customers, building 2,500 new homes each year by 2021 and taking the next steps in the regeneration of Thamesmead, London’s new town. Peabody Trust is seeking to appoint a number of legal providers to enter into Call-Off agreements to provide advisory services in one or more specified Lots for Legal Services. This procurement is anticipated to cover almost all of the newly merged Peabody Trust’s requirement for legal services over the four years from 2019 – 2022.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 16,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Asset Management and Property
Lot No:1
II.2.2) Additional CPV code(s):
79100000 - Legal services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Lot 1 – Asset Management and Property
•Landlord & Tenant - service charge
•Commercial Property - general
•Rights of First Refusal
•Property matters including party walls, boundaries, easements & way-leaves
•Security Charging work
•Related dispute resolution
•Environmental law
II.2.5) Award criteria:
Not Provided
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:Development and Construction
Lot No:2
II.2.2) Additional CPV code(s):
79100000 - Legal services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Lot 2 – Development and Construction
•Site acquisitions and title verification work
•Development Agreements
•Planning, including Section 106 agreements
•Planning litigation and dispute work
•Construction law related advice including JCT Building contracts, licenses, performance bonds, appointments and warranties
•Environmental issues
•Infrastructure agreements e.g. Section 38. 104 and 287 agreements
•Building licences/leases
•Novation agreements
•Construction Joint Ventures
•Drafting of/advice on construction contract conditions including but not limited to the common forms of building/engineering contracts
•Advice relating to construction contractual disputes
•Guidance on legal developments, such as new legislation and their impact (e.g. Construction Act 2010)
•Advice (including the drafting of relevant provisions) on such other matters as consultant appointments, etc.
•Related dispute resolution
II.2.5) Award criteria:
Not Provided
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:Corporate, Commercial and Governance
Lot No:3
II.2.2) Additional CPV code(s):
79100000 - Legal services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Lot 3 – Corporate, Commercial and Governance
•Group Structure, Governance, Charity Law and Policy
•Community Investment activities, Fundraising
•Mergers & Acquisitions and related due diligence
•Regulatory issues
•Health & Safety law and procedure, including corporate responsibility
•Company Secretarial matters
•General Contracts and commercial law
•ICT Contracts
•Services Contracts
•Employment and Pensions (including TUPE issues)
•Employment contracts and disputes (including tribunal claims and settlement agreements)
•Tax advice, including (but not limited to) VAT and Stamp Duty Land Tax
•Intellectual Property and Data Protection
•Company, Charity and Industrial & Provident Society law, regulation and best practice
•Compliance with relevant EU Directives and UK legislation/regulations relating to procurement including:
oPQQ drafting/evaluation
oITT drafting/evaluation
•Unsuccessful Application/Bidder feedback and matters arising therefrom such as the Remedies Directive 2009
•Fraud
•Shared services advice
•Related dispute resolution
II.2.5) Award criteria:
Not Provided
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:Corporate Finance and Treasury
Lot No:4
II.2.2) Additional CPV code(s):
79100000 - Legal services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Lot 4 – Corporate Finance and Treasury
•Financing including those sourced from banks, the capital markets, private placement, any form of private equity and inter-company loans
•On-lending arrangements
•Loan security
•Advice on launching new product services such as mortgage products, affordable rent products etc.
•Consumer Credit Licences
II.2.5) Award criteria:
Not Provided
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. 5)
II.2.1) Title:Residential Conveyancing
Lot No:5
II.2.2) Additional CPV code(s):
79100000 - Legal services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Lot 5 – Residential Conveyancing
•Development Plot Sales – freehold & leasehold, including shared ownership
•Shared ownership stair-casing
•Non-development related residential sales and acquisitions (freehold and leasehold)
•Leasehold Management (inc. statutory notices)
•Right to Manage
•Enfranchisement
II.2.5) Award criteria:
Not Provided
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. 6)
II.2.1) Title:Care & Support
Lot No:6
II.2.2) Additional CPV code(s):
79100000 - Legal services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Lot 6 – Care & Support
•Care and Support contracts with Local Authorities and other commissioners
•Regulatory advice for Health and Social Care activities
•Contract management within Health and Social Care
•Subcontracting arrangements
•Related Procurement advice
•Related Disputes advice
II.2.5) Award criteria:
Not Provided
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. 7)
II.2.1) Title:Major Contract/ Commercial Disputes
Lot No:7
II.2.2) Additional CPV code(s):
79100000 - Legal services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Lot 7 – Major Contract/ Commercial Disputes
• Major Contract/ Commercial Disputes, particularly as they relate to development agreements and long-term maintenance and asset management contracts
II.2.5) Award criteria:
Not Provided
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: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
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
Not Provided
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: Asset Management and Property
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/12/2018
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Bevan Brittan LLP
Kings Orchard, 1 Queen Street, Bristol, BS2 0HQ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.2)
Blake Morgan LLP
Harbour Court, Compass Road, North Harbour, Portsmouth, PO6 4ST, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.3)
Clarke Willmott LLP
138 Edmund Street, Birmingham, B3 2ES, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.4)
Devonshires Solicitors LLP
30 Finsbury Circus, London, EC2M 7DT, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.5)
TLT LLP
One Redcliff Street, Bristol, BS1 6TP, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.6)
Trowers & Hamlins
3 Bunhill Row, London, EC1Y 8YZ, United Kingdom
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: 4,500,000
Total value of the contract/lot: 4,500,000
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: Development and Construction
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/12/2018
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Bevan Brittan LLP
Kings Orchard, 1 Queen Street, Bristol, BS2 0HQ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.2)
Blake Morgan LLP
Harbour Court, Compass Road, North Harbour, Portsmouth, PO6 4ST, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.3)
Devonshires Solicitors LLP
30 Finsbury Circus, London, EC2M 7DT, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.4)
Mills & Reeve LLP
Monument Place, 24 Monument Street, London, EC3R 8AJ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.5)
Penningtons Manches LLP
125 Wood Street, London, EC2V 7AW, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.6)
TLT LLP
One Redcliff Street, Bristol, BS1 6TP, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.7)
Trowers & Hamlins
3 Bunhill Row, London, EC1Y 8YZ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.8)
Winckworth Sherwood LLP
Minerva House, 5 Montague Close, London, SE1 9BB, United Kingdom
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: 3,500,000
Total value of the contract/lot: 3,500,000
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: Corporate, Commercial and Governance
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/12/2018
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Bevan Brittan LLP
Kings Orchard, 1 Queen Street, Bristol, BS2 0HQ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.2)
Capsticks Solicitors LLP
1 St George's Road, London, SW19 4DR, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.3)
Devonshires Solicitors LLP
30 Finsbury Circus, London, EC2M 7DT, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.4)
TLT LLP
One Redcliff Street, Bristol, BS1 6TP, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.5)
Trowers & Hamlins
3 Bunhill Row, London, EC1Y 8YZ, United Kingdom
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: 2,500,000
Total value of the contract/lot: 2,500,000
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: Corporate Finance and Treasury
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/12/2018
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Bevan Brittan LLP
Kings Orchard, 1 Queen Street, Bristol, BS2 0HQ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.2)
Clarke Willmott LLP
138 Edmund Street, Birmingham, B3 2ES, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.3)
Devonshires Solicitors LLP
30 Finsbury Circus, London, EC2M 7DT, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.4)
Penningtons Manches LLP
125 Wood Street, London, EC2V 7AW, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.5)
Trowers & Hamlins
3 Bunhill Row, London, EC1Y 8YZ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.6)
Winckworth Sherwood LLP
Minerva House, 5 Montague Close, London, SE1 9BB, United Kingdom
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: 1,000,000
Total value of the contract/lot: 1,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: 5
Title: Residential Conveyancing
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/12/2018
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Bevan Brittan LLP
Kings Orchard, 1 Queen Street, Bristol, BS2 0HQ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.2)
Devonshires Solicitors LLP
30 Finsbury Circus, London, EC2M 7DT, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.3)
Penningtons Manches LLP
125 Wood Street, London, EC2V 7AW, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.4)
Sharratts LLP
1 The Old Yard, Rectory Lane, Brasted, Kent, TN16 1JP, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.5)
Winckworth Sherwood LLP
Minerva House, 5 Montague Close, London, SE1 9BB, United Kingdom
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: 1,500,000
Total value of the contract/lot: 1,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: Not Provided
Lot Number: 6
Title: Care & Support
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/12/2018
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Bevan Brittan LLP
Kings Orchard, 1 Queen Street, Bristol, BS2 0HQ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.2)
Capsticks Solicitors LLP
1 St George's Road, London, SW19 4DR, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.3)
Devonshires Solicitors LLP
30 Finsbury Circus, London, EC2M 7DT, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.4)
TLT LLP
One Redcliff Street, Bristol, BS1 6TP, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.5)
Trowers & Hamlins
3 Bunhill Row, London, EC1Y 8YZ, United Kingdom
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: 1,500,000
Total value of the contract/lot: 1,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: Not Provided
Lot Number: 7
Title: Major Contract/ Commercial Disputes
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/12/2018
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Bevan Brittan LLP
Kings Orchard, 1 Queen Street, Bristol, BS2 0HQ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.2)
Blake Morgan LLP
Harbour Court, Compass Road, North Harbour, Portsmouth, PO6 4ST, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.3)
Devonshires Solicitors LLP
30 Finsbury Circus, London, EC2M 7DT, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.4)
Gateley Plc
One Eleven, Birmingham, B3 2HJ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.5)
Hugh James
Two Central Square, Cardiff, CF10 4JF, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.6)
Penningtons Manches LLP
125 Wood Street, London, EC2V 7AW, United Kingdom
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: 1,000,000
Total value of the contract/lot: 1,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=365799143
VI.4) Procedures for review
VI.4.1) Review body
High Courts of Justice of The Royal Court of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement); regulation 87 (Standstill period) and the other relevant provisions of the Public Contracts Regulations 2015, following any decision to award a contract or contracts the contracting authority will be providing debriefing information to unsuccessful bidders and observe a minimum 10 day standstill period before the contracts are entered into.
Peabody reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this Notice.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 20/12/2018