Opportunity

Legal Services

  • Platform Housing Group

F02: Contract notice

Notice reference: 2021/S 000-007954

Published 15 April 2021, 4:25pm



Section one: Contracting authority

one.1) Name and addresses

Platform Housing Group

1700 Solihull Parkway, Birmingham Business Park

Solihull

B37 7YD

Contact

Richard Jones

Email

richard.jones@platformhg.com

Telephone

+44 7918160903

Country

United Kingdom

NUTS code

UKG - WEST MIDLANDS (ENGLAND)

Internet address(es)

Main address

www.platformhg.com

Buyer's address

www.platformhg.com

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=584681962

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Legal Services

two.1.2) Main CPV code

  • 79100000 - Legal services

two.1.3) Type of contract

Services

two.1.4) Short description

Legal services procurement to assist all departments of Platform Housing. Our requirements are to develop a 4 year Framework Agreement incorporating 4 lots: 1) Property, 2) Housing Management & Asset Management, 3) Corporate & Finance and 4) Employment

two.1.5) Estimated total value

Value excluding VAT: £22,400,000

two.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: 4

two.2) Description

two.2.1) Title

Property

Lot No

1

two.2.2) Additional CPV code(s)

  • 79112000 - Legal representation services

two.2.3) Place of performance

NUTS codes
  • UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance

WEST MIDLANDS (ENGLAND)

two.2.4) Description of the procurement

Lot 1 - Property list include:

- New build plot sale – leasehold and freehold

- Auction sale and purchase

- Public private partnerships

- Site development and assembly

- Options to purchase

- Acquisitions/disposals of land/buildings

- Acquisitions/disposals of tenanted stock

- Stock swaps

- Statutory Agreements e.g. s.38, 278, 104

- Planning Agreements e.g. s.106 and s.111

- Development Agreements

- Development Funding (including HCA Help to Buy agreements)

- Management Agreements

- Establishing development-related management companies

- Construction Agreements (including collateral warranties)

- Contentious Construction

- Novation agreements

- Wayleaves and other utility agreements

- Building licences

- Grant agreements

- Health and safety

- Overage

- Planning advice

- Property taxation advice

- Procurement and contractual matters

- Development disputes (including litigation)

- Environmental issues

- Adverse possession (in relation to development opportunities) including traveller issues

- Disposals of ground rents

- Central Government, Government Agency and Local Authority funding and delivery agreements

- Delivery Panel Agreements (e.g. the HCA’s Delivery Partner Panel and the GLA’ Developer Partner Panel)

- Joint ventures/profit share agreements

- Retirement developments (special requirements / adaptive). Specialist knowledge in relation to retirement products e.g. planning, leases, event fees and ongoing charges.

- Charging and security work (Property elements)

two.2.5) Award criteria

Quality criterion - Name: Quality/Service / Weighting: 80

Cost criterion - Name: Cost / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £12,400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 7

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Housing and Asset Management

Lot No

2

two.2.2) Additional CPV code(s)

  • 79112000 - Legal representation services

two.2.3) Place of performance

NUTS codes
  • UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance

WEST MIDLANDS (ENGLAND)

two.2.4) Description of the procurement

Lot 2. Housing Management & Asset Management, items include:

Housing Litigation

- Landlord & tenant matter and disputes

- Disrepair claims

- Anti-social behaviour proceedings (including ASBOs, injunctions, possessions)

- Rent and service charge arrears possession proceedings

- Leasehold recovery and forfeiture action

- Non-rent arrears possession proceedings

- Assured short hold accelerated possession claims

- Adverse Possession

- Trespassers

- Possession succession and charges

- Evictions

- Gas servicing injunctions

- Supported housing disputes

- Terminating licence agreements and obtaining possession

- Service charge disputes

- Debt recovery

- Access injunctions and other general litigation

- Judicial review defences

General Housing Advice

- Tenancy agreement advice

- Anti-social behaviour advice

- Housing benefit advice

- Welfare reform advice

- Service charge advice

- Estate management board advice

- Managing agents contracts and service level agreements

- Supported and sheltered housing advice

- Advice on complaints

- Dilapidations

- Regulation

- Right to Rent advice

- Human Rights issues

- Equality Act issues

Housing Management Policy Advice

- Drafting and advising on new forms of tenancy & licence agreement

- Rent setting advice including advice on implementation of Government rent control

- Policy drafting, approval and annual health checks

- Advice on procedures - this may include drafting all or part of a procedure

two.2.5) Award criteria

Quality criterion - Name: Quality/Service / Weighting: 80

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £2,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Corporate and Finance

Lot No

3

two.2.2) Additional CPV code(s)

  • 79112000 - Legal representation services

two.2.3) Place of performance

NUTS codes
  • UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance

WEST MIDLANDS (ENGLAND)

two.2.4) Description of the procurement

Lot 3 - Corporate & Finance, items include:

- Mergers & acquisitions

- Acquisitions and disposals

- Joint ventures

- Corporate finance

- Financial services regulation

- Corporate insolvency law

- Constitutional issues

- Treasury (debt finance, listed securities, bonds)

- Banking and finance including the raising of bank funding, capital markets issuance and hedging arrangements

- Development draw down funding

- Corporate governance

- New business opportunities

- Amalgamations and restructuring

- Stock transfers

- Taxation advice

- Charity law

- Co-operative & Community Benefit societies law

- Constitutional reviews

- Board member powers and responsibilities

- Company secretarial

- Corporate Policies and Procedures

- Debt recovery

- Grant applications e.g. Big Lottery funding

- Fund Management

- Establishment of investment fund platforms both on and off shore with particular regard to:

- Structuring;

- Preparation of detailed heads of terms;

- Preparation of legal documentation;

- Negotiation of legal documentation;

- Ancillary documentation and project management

- FCA and financial regulatory support

- Agency and distribution

- Commercial contracts

- Commercial disputes

- Competition law

- Contract advice or drafting

- eCommerce

- Intellectual Property Rights & Trademarks

- Public infrastructure regulation including UK/EU regulation applicable to energy, water, transport and telecommunication industries or any other infrastructure industry

- Public Procurement (including telecoms & IT, contracts and licenses)

- IT and information law including system maintenance & support agreements, defamation and the internet, and intellectual property

- Procurement law

- Regulatory law

- Environmental law

- Pensions

- Data protection and freedom of information

two.2.5) Award criteria

Quality criterion - Name: Quality/Service / Weighting: 80

Cost criterion - Name: Price / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £5,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Employment

Lot No

4

two.2.2) Additional CPV code(s)

  • 79112000 - Legal representation services

two.2.3) Place of performance

NUTS codes
  • UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance

WEST MIDLANDS (ENGLAND)

two.2.4) Description of the procurement

Lot 4 Employment items include:

- Employment law (contracts and policies)

- Equal opportunities

- Equality & discrimination

- Employee relations

- Equal pay

- TUPE

- Tribunals

- Grievances and disputes

- Health & safety (employees)

- Organisational change/change management

- Outsourcing/contracting out

two.2.5) Award criteria

Quality criterion - Name: Quality/Services / Weighting: 80

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 2

Maximum number: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

26 May 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

31 May 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 5 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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.

Access codes for Lots...

Lot 1: 67E2ZGN77E

Lot 2: 93S8UED6H4

Lot 3: 8T6BD6BF59

Lot 4: 9R3G8Z86CT

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=584681962

GO Reference: GO-2021415-PRO-18083592

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

The Cabinet Office

Correspondence Team, Cabinet Office, Whitehall

London

SW1A 2AS

Telephone

+44 2072761234

Country

United Kingdom