Peabody Trust Legal Services Tender
7 Lots. Lot 1 – Asset Management and Property. Lot 2 – Development and Construction.
United Kingdom-London: Legal services
2018/S 135-308391
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
45 Westminster Bridge Road
London
SE1 7JB
United Kingdom
Contact person: Reena Nijjar
Telephone: +44 7715634164
E-mail: reena.nijjar@peabody.org.uk
NUTS code: UKIInternet address(es):Main address: www.peabody.org.ukAddress of the buyer profile: www.delta-esourcing.co.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Legal Services
II.1.2)Main CPV code
II.1.3)Type of contract
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 4 years from 2019 – 2022.
II.1.5)Estimated total value
II.1.6)Information about 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 and Support
Lot 7 – Major Contract / Commercial Disputes
II.2.1)Title:
Asset Management and Property
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
LONDON
II.2.4)Description of the procurement:
Lot 1 – Asset Management and Property
— Landlord and Tenant — Service charge
— Commercial Property — General
— Rights of First Refusal
— Property matters including party walls, boundaries, easements and way-leaves
— Security Charging work
— Related dispute resolution
— Environmental law
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.2.13)Information about European Union funds
II.2.1)Title:
Development and Construction
II.2.2)Additional CPV code(s)
II.2.3)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
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.2.13)Information about European Union funds
II.2.1)Title:
Corporate, Commercial and Governance
II.2.2)Additional CPV code(s)
II.2.3)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 and Acquisitions and related due diligence,
— Regulatory issues,
— Health and 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 and 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
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.2.13)Information about European Union funds
II.2.1)Title:
Corporate Finance and Treasury
II.2.2)Additional CPV code(s)
II.2.3)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
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.2.13)Information about European Union funds
II.2.1)Title:
Residential Conveyancing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
LONDON
II.2.4)Description of the procurement:
Lot 5 – Residential Conveyancing
— Development Plot Sales – freehold and 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
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.2.13)Information about European Union funds
II.2.1)Title:
Care and Support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
LONDON
II.2.4)Description of the procurement:
Lot 6 – Care and 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
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.2.13)Information about European Union funds
II.2.1)Title:
Major Contract / Commercial Disputes
II.2.2)Additional CPV code(s)
II.2.3)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
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.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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
2022
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
GO Reference: GO-2018713-PRO-12795460
VI.4.1)Review body
The Strand
London
WC2A 2LL
United Kingdom
VI.4.3)Review procedure
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.5)Date of dispatch of this notice: