Tender

Provision of Legal Services

  • The Riverside Group Limited

F02: Contract notice

Notice identifier: 2021/S 000-008540

Procurement identifier (OCID): ocds-h6vhtk-02a8cd

Published 21 April 2021, 6:23pm



Section one: Contracting authority

one.1) Name and addresses

The Riverside Group Limited

2 Estuary Boulevard, Speke

Liverpool

L24 8RF

Contact

Tina Yu

Email

Tina.Yu@Riverside.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

30938R

Internet address(es)

Main address

www.riverside.org.uk

one.3) Communication

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

https://riversource.wax-live.com/s2c/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://riversource.wax-live.com/s2c/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://riversource.wax-live.com/s2c/

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

Provision of Legal Services

two.1.2) Main CPV code

  • 79110000 - Legal advisory and representation services

two.1.3) Type of contract

Services

two.1.4) Short description

The Riverside Group Limited (TRGL) invite tenders from suitably qualified and experienced Contractors in relation to entering into a framework agreement (the Contract) to provide legal services for its Group and all subsidiaries.

This procurement is to replace the current framework for external expertise to facilitate existing TRGL?s in-house legal provision during periods of peak business demands and niche requirements.

The framework agreement is for an initial term of 2 years with the option to extend for up to a further 24 months

up to a maximum of 4 years.

The contract is to cover requirements for England and excludes Scotland.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

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 1 - Corporate, Finance & Treasury

Lot No

1

two.2.2) Additional CPV code(s)

  • 79110000 - Legal advisory and representation services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

The contract is to cover requirements for England and excludes Scotland.

two.2.4) Description of the procurement

The areas within the scope of this lot (which is not an exhaustive list) are:

? Banking finance ? eg raising of bank funding, capital markets issuance and hedging arrangements.

? Charging and security work ? eg due diligence, placing charges and removal of charges.

? Assistance with documentation for external funding (eg RCFs).

? Governance

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £3,340,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework agreement is for an initial term of 2 years with the option to extend for up to a further 24 months up to a maximum of 4 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework agreement is for an initial term of 2 years with the option to extend for up to a further 24 months up to a maximum of 4 years.

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 2 - Housing Management

Lot No

2

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

The contract is to cover requirements for England and excludes Scotland.

two.2.4) Description of the procurement

The areas within the scope of this lot (which is not an exhaustive list) are:

? Contentious ? eg gas and electrical access injunctions, possession proceedings and housing condition claims.

? Non-Contentious ? eg service of tenancy notices, guardianship and sheltered accommodation.

? Policy ? eg draft form documentation and advice on procedures.

? Governance

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £3,340,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework agreement is for an initial term of 2 years with the option to extend for up to a further 24 months up to a maximum of 4 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework agreement is for an initial term of 2 years with the option to extend for up to a further 24 months up to a maximum of 4 years.

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 3 - Property & Development

Lot No

3

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

The contract is to cover requirements for England and excludes Scotland.

two.2.4) Description of the procurement

The areas within the scope of this lot (which is not an exhaustive list) are:

? Commercial Property ? eg property rationalisation, title investigations and landlord/tenant matters.

? Residential Property ? eg purchase and sales of residential units, new build plot sales and service charge issues.

? Development ? eg joint ventures, package deals and construction agreements.

? Governance

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £3,320,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework agreement is for an initial term of 2 years with the option to extend for up to a further 24 months up to a maximum of 4 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework agreement is for an initial term of 2 years with the option to extend for up to a further 24 months up to a maximum of 4 years.

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

Applicants must be regulated by the Solicitors Regulation Authority (SRA).

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed within the procurement documentation.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

Envisaged maximum number of participants to the framework agreement: 9

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

24 May 2021

Local time

12:00pm

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

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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

Tender documents are accessible from the Riverside electronic portal, (RiverSource), via https://riversource.wax-live.com/. Once published, any queries with regards to the tender opportunity and use of RiverSource are to be directed to: helpdesk@waxdigital.com; Telephone Number: 0151 367 2739.

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom