Tender

LBLA Legal Services Framework (2021-2025)

  • capitalEsourcing

F02: Contract notice

Notice identifier: 2021/S 000-008271

Procurement identifier (OCID): ocds-h6vhtk-02a7c0

Published 19 April 2021, 10:55pm



Section one: Contracting authority

one.1) Name and addresses

capitalEsourcing

.Westminster City Hall, 64 Victoria Street, London

London

SW1E 6PQ

Email

nbourne@westminster.gov.uk

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.westminster.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.capitalesourcing.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.capitalesourcing.com/

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

LBLA Legal Services Framework (2021-2025)

Reference number

itt_WCC_14320

two.1.2) Main CPV code

  • 79100000 - Legal services

two.1.3) Type of contract

Services

two.1.4) Short description

Westminster City Council on behalf of the London Boroughs' Legal Alliance (LBLA) are tendering for a Legal Services framework.

The Legal services framework will be made up of two lots:

Lot 1: Regeneration - Legal advisory services in relation to Regeneration

Lot 2: Full Range of Legal Services – General legal services including but not limited to litigation, commercial, property and other miscellaneous Local Government work

The Framework will be available to all members of the LBLA and other Local Authorities in the South East of England subject to approval by Westminster City Council. A full list of participating authorities is detailed in the Additional information section.

Westminster City Council will act as the Contracting Authority on behalf of itself and the other LBLA members and will execute a Framework Agreement with each economic operator appointed. The Framework Agreement replaces an existing framework arrangement and will also be available to other local authorities in London and South East of England.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot No

Lot 1 - Regeneration

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

Legal advisory services in relation to Regeneration.

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 & regeneration

• public procurement advice & 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.

• procurement in relation to regeneration

• compulsory purchase in regard to development

• tax in relation to regeneration

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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.2.10) 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

Lot No

Lot 2 - Full Range of Legal Services

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

Full Range of Legal Services

5.2. Provide legal advisory services to the Authorities in relation to the Full Range of Legal Services (excluding regeneration) for which the Authorities require legal input including but not limited to the following four categories:

• Litigation including but not limited to:

• Housing

• Employment

• General civil including complex debt collection

• Construction

• Commercial including but not limited to:

• Contracts

• Procurement

• PPP/PFI

• Education law and education Projects

• Property including but not limited to:

• General Planning

• Highway agreements

• Landlord & Tenant (including Housing)

• Compulsory Purchase Orders

• Sales and Leasehold

• Small scale development projects

• Other Miscellaneous Local Government work including and not limited to:

• Freedom of information law, data protection and governance

• Licensing

• Pensions

• Elections

• State Aid in regard to commercial matters and procurement

• Local authority companies

• Charity law

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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.2.10) 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Organisations on the framework are required to be registered with the solicitors regulatory authority. https://www.sra.org.uk/

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

Open 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

21 May 2021

Local time

2:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

21 May 2021

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

Westminster City Council is acting as central purchasing body (as defined in the Public Contracts Regulations 2015) for the purposes of undertaking this procurement exercise and concluding a separate framework agreement (“Framework Agreement”) with each of the successful Bidders.

The services to be procured from the framework are classified as follows:

• Schedule 3 of the Public Contracts Regulations 2015 as “Legal services, to the extent not excluded by regulation 10(1)(d)”

• Regulation 10(1)(d) of the Public Contracts Regulations 2015

For the avoidance of doubt, the framework is to be procured in accordance with the Public Contracts Regulations 2015 Regulations 74 to 78, more commonly known as the Light Touch Regime. The precise tendering procedure are described in the tender documents which are available free of charge at https://www.capitalesourcing.com/ . To access the documents interested tenderers will need to register and set up a company profile if they are not registered already. The tender reference is itt_WCC_14320.

Subject to permission from Westminster City Council the framework will also be available to:

The London Boroughs' Legal Alliance, comprised of the London Boroughs of Bexley, Barnet, Brent, Camden, Ealing, Enfield, Hackney, Hammersmith & Fulham, Haringey, Havering, Hillingdon, Islington, Newham, Redbridge, Tower Hamlets, Waltham Forest, the Royal Borough of Greenwich, the Royal Borough of Kensington & Chelsea, the City of London Corporation, Westminster City Council, HB Public Law (the London Boroughs of Harrow, Barnet, and Hounslow, Aylesbury Vale District Council), and Slough Borough Council) and the London Fire and Planning Authority.

- All Local authorities within Greater London and South-East England including but not limited to: Bedfordshire, Berkshire, Buckinghamshire, East Sussex, Essex, Hampshire, Hertfordshire, the Isle of Wight, Kent, Oxfordshire, Surrey and West Sussex, the London Borough of Lambeth and the London Borough of Southwark.

- Alternative business structures and companies wholly owned by the local authorities.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand, Holborn

London

Country

United Kingdom