Opportunity

Legal Services Framework

  • Hyde Housing Group

F02: Contract notice

Notice reference: 2022/S 000-010299

Published 20 April 2022, 2:39pm



Section one: Contracting authority

one.1) Name and addresses

Hyde Housing Group

30 Park Street

London

SE1 9EQ

Contact

Sanja Topalovic

Email

Sanja.Topalovic@hyde-housing.co.uk

Telephone

+44 2070892690

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

IP18195R

Internet address(es)

Main address

https://www.hyde-housing.co.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/119413

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=45959&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=45959&B=UK

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 Framework

two.1.2) Main CPV code

  • 79100000 - Legal services

two.1.3) Type of contract

Services

two.1.4) Short description

It is Hyde’s intention in respect of this invitation to tender to create a multiple source Framework Agreement for the supply of Legal Services. The Service Provider will generally be required to provide legal services subject to project specific requirements under each Call-off Agreement but will primarily cover the services described in this document.

Hyde are seeking to select and award a contract to a number of panel providers for each Lot.

This ITT seeks to create a framework by inviting proposals in respect of the Legal Services lots listed below; Lot 1 — Governance, Corporate, Regulatory and Statutory Lot 2 — Treasury and Finance Lot 3 — Charging of property Lot 4 - Housing and Portfolio Management Lot 5 a — Property: Residential Property Conveyancing Lot 5 b – Property: Development and construction (and general property matters) Lot 5 c - Property: Planning Lot 6 — Employment, TUPE and Pensions. Lot 7 —Commercial, Procurement, IT, IP, Health and Safety.

two.1.5) Estimated total value

Value excluding VAT: £250,000,000

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

Legal Services Framework

Lot No

1

two.2.2) Additional CPV code(s)

  • 79111000 - Legal advisory services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

It is Hyde’s intention in respect of this invitation to tender to create a multiple source Framework Agreement for the supply of Legal Services for the use of primarily The Hyde Group (Hyde) but also for the use of other public sector authorities as defined in the FTS contract notice.

The Service Provider will generally be required to provide legal services subject to project specific requirements under each Call-off Agreement but will primarily cover the services described in this document.

The proposed duration of the Framework is for four (4) years in line with the Public Contracts Regulations 2015. However, each member may enter in a Call-off Agreement under the Framework Agreement which can extend beyond this period.

Hyde are seeking to select and award a contract to a number of panel providers for each Lot.

This ITT seeks to create a framework by inviting proposals in respect of the Legal Services lots listed below;

Lot 1 — Governance, Corporate, Regulatory and Statutory

Lot 2 — Treasury and Finance

Lot 3 — Charging of property

Lot 4 - Housing and Portfolio Management

Lot 5 a — Property: Residential Property Conveyancing

Lot 5 b – Property: Development and construction (and general property matters)

Lot 5 c - Property: Planning

Lot 6 — Employment, TUPE and Pensions.

Lot 7 —Commercial, Procurement, IT, IP, Health and Safety.

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: £250,000,000

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.2.10) 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.2.14) Additional information

The Framework Value of £250,000,000 does not relate to the contract value. The Framework Value is a nominal amount to provide sufficient scope for framework usage by other public sector bodies during the 4 year framework term.


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

As per tender documents.

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 per tender documents.

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

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

Envisaged maximum number of participants to the framework agreement: 30

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

23 May 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

23 May 2022

Local time

12:00pm


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.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand, London, WC2A 2LL, United Kingdom

London

WC2A 2LL

Telephone

+44 2079477772

Country

United Kingdom