Solicitors Framework London
Framework Agreement for the Provision of Solicitors – London Boroughs Legal Alliance.
United Kingdom-London: Legal services
2017/S 119-239928
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
The Annexe, 2 Hillman Street
London
E8 1FB
United Kingdom
Contact person: Miss Beverly Aboagye
Telephone: +44 2083561562
E-mail: beverly.aboagye@hackney.gov.uk
NUTS code: UKI
Internet address(es):Main address: http://www.hackney.gov.uk
Address of the buyer profile: http://www.hackney.gov.uk
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Framework Agreement for the Provision of Solicitors – London Boroughs Legal Alliance.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The London Boroughs’ Legal Alliance (the ‘LBLA’), comprised of the London Boroughs of Barnet, Brent, Camden, Ealing, Greenwich, Hackney, Hammersmith and Fulham, Haringey, Harrow, Havering, Hillingdon, Hounslow, Islington, Newham, Redbridge, Waltham Forest, the Royal Borough of Kensington and Chelsea, the City of London Corporation, Westminster City Council and the London Fire and Planning Authority. Tenders are welcome from organisations that can provide high quality and cost effective legal advisory services for one or both of the following Lots: Lot 1-Regeneration and Lot 2–Full Range of Legal Services. The Framework Agreement will run for a period of 3 years with an option to extend for a further 1 year. It will be open for use by other local authorities in Greater London and South-East England (please refer to localgovernmentexecutive.co.uk). The London Borough of Hackney is acting as the Central Purchasing Body and Kennedy Cater is acting as the advisers on behalf of the LBLA.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1 — Regeneration
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Scope of this Lot (maximum of 8 suppliers), whilst not guaranteed includes (without limitation) advice and assistance with respect to the following areas of law:
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 and regeneration;
— Public procurement advice and 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.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2 — Full Range of Legal Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Scope of this Lot (maximum of 8 suppliers), shall provide legal advisory services to the Authorities in relation to the Full Range of Legal Services for which the Authorities require legal input including but not limited to the following four categories:
1. Litigation including but not limited to:
— Housing;
— Employment;
— General civil including complex debt collection;
— Construction.
2. Commercial including but not limited to:
— Contracts;
— EU Procurement & General Procurement;
— PPP/PFI;
— Education Projects.
3. Property including but not limited to:
— General Planning;
— Highway agreements;
— Landlord and Tenant (including Housing);
— Compulsory Purchase Orders;
— Sales and Leasehold;
— Small scale development projects.
4. Other Miscellaneous Local Government work including and not limited to:
— Freedom of information law, data protection and governance;
— Licensing;
— Pensions;
— Elections.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Tenderers are required to complete a Selection Questionnaire.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
The eventual Framework Agreement is restricted to the legal profession.
III.2.2)Contract performance conditions:
Please see Framework Agreement Terms and Condition for contract performance standards.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
The services will be re-procured in the next 3 to 4 years.
VI.4.1)Review body
The Annexe, 2 Hillman Street
London
E8 1FB
United Kingdom
E-mail: CServices.Procurement@Hackney.gov.uk
VI.4.2)Body responsible for mediation procedures
The Annexe, 2 Hillman Street
London
E8 1FB
United Kingdom
E-mail: CServices.Procurement@Hackney.gov.uk
VI.4.4)Service from which information about the review procedure may be obtained
The Annexe, 2 Hillman Street
London
E8 1FB
United Kingdom
E-mail: CServices.Procurement@Hackney.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Legal Services Framework Glasgow
Delivery of Legal Masterclasses
Thames Water Legal Services Contract
Provide Legal Representation Services to Norfolk County Council
Legal Services Framework Glasgow