Legal Services Framework London
5 Lots. Company and Commercial Law – Lot No: 1.
United Kingdom-London: Legal services
2018/S 213-488627
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
3 Thomas More Square
London
E1W 1YW
United Kingdom
Contact person: Sarah Hadland
E-mail: procurement@mungos.org
NUTS code: UK
Address of the buyer profile: www.mungos.org
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Legal Services Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
St Mungo’s is establishing a framework for the provision of legal advice to the organisation over a 4 year period. The framework is comprised of 5 Lots covering:
— company and commercial law,
— housing/landlord and tenant law,
— property and real estate law,
— legacies, wills and trusts and employment law.
II.1.5)Estimated total value
II.1.6)Information about lots
Any combination of or all of Lots 3a, b and c.
Lot 1 and Lot 4c.
II.2.1)Title:
Company and Commercial Law
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom
II.2.4)Description of the procurement:
Advice required will include but is not limited to:
— corporate structure,
— joint ventures and partnerships,
— constitutional advice, contracts and commercial disputes and regulatory advice including GDPR.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
If successful, the framework will be re-procured every 4 years.
II.2.9)Information about the limits on the number of candidates to be invited
As stated in the tender documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Housing/Landlord and Tenant
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom
II.2.4)Description of the procurement:
Including but not limited to provision of a legal helpline for tenancy matters and advice and representation on possession matters.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
If successful, the framework will be re-procured every 4 years.
II.2.9)Information about the limits on the number of candidates to be invited
As stated in the tender documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Property and Real Estate — Conveyancing (Acquisition and Disposal)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom
II.2.4)Description of the procurement:
Including but not limited to legal advice on acquisition and disposal of property.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
If successful, the framework will be re-procured every 4 years.
II.2.9)Information about the limits on the number of candidates to be invited
As stated in the tender documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Development
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom
II.2.4)Description of the procurement:
Including but not limited to legal advice as part of the due diligence process for property; arranging licences, negotiating contracts and advising on joint ventures.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
If successful, the framework will be re-procured every 4 years.
II.2.9)Information about the limits on the number of candidates to be invited
As stated in the tender documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Commercial Property
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom
II.2.4)Description of the procurement:
Including but not limited to lease negotiations on office buildings and residences.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
If successful, the framework will be re-procured every 4 years.
II.2.9)Information about the limits on the number of candidates to be invited
As stated in the tender documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Legacies, Wills and Trusts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom
II.2.4)Description of the procurement:
Including but not limited to providing advice and support on contested wills (where a sum has been gifted to St Mungo’s in a will and it is challenged).
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
If successful, the framework will be re-procured every 4 years.
II.2.9)Information about the limits on the number of candidates to be invited
As stated in the tender documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Employment Law
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom
II.2.4)Description of the procurement:
Including but not limited to provision of an employment law advice line and responses to complex employment law queries and support re: tribunals.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
If successful, the framework will be re-procured every 4 years.
II.2.9)Information about the limits on the number of candidates to be invited
As stated in the tender documents.
II.2.10)Information about variants
II.2.11)Information about options
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
Solicitors Regulation Authority, Council for Licensed Conveyancers or any other recognised, regulatory body for legal practice.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
See III.1.1)
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
Section VI: Complementary information
VI.1)Information about recurrence
4 years from expiry of framework
VI.2)Information about electronic workflows
VI.3)Additional information:
The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=356040374
GO Reference: GO-2018114-PRO-13496654
VI.4.1)Review body
Fry Building, 2 Marsham Street
London
SW1P 4DF
United Kingdom
Telephone: +44 3001234500
E-mail: enquiries@homesengland.gov.ukInternet address: https://www.gov.uk/government/organisations/homes-england
VI.4.2)Body responsible for mediation procedures
70 Fleet Street
London
EC4Y 1EU
United Kingdom
Telephone: +44 2075366000Internet address: https://www.cedr.com
VI.4.3)Review procedure
As per Public Contract Regulations 2015, with initial review request to St Mungo’s via procurement@mungos.org
VI.5)Date of dispatch of this notice: