Section one: Contracting authority
one.1) Name and addresses
Development Bank of Wales
1 Capital Quarter Tyndall Street
Cardiff
CF10 4BZ
procurement@developmentbank.wales
Telephone
+44 02920338100
Fax
+44 2920338101
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0555
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk/web/login.shtml
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Economic and financial affairs
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Provision of Legal Services to the Teesside Flexible Investment Fund
Reference number
DBW00072
two.1.2) Main CPV code
- 79100000 - Legal services
two.1.3) Type of contract
Services
two.1.4) Short description
Teesside Flexible Investment Fund
The Teesside Flexible Investment Fund (“TFIF”) is a GBP20m fund established in April 2024 with financial support from the Teesside Pension Fund to facilitate the delivery of business succession and property development projects in Teesside that support economic growth and create employment. The fund can also facilitate the delivery of contracts, although this is outside of the scope of this procurement.
The fund can provide funding from GBP250,000 to GBP3,000,000 over a maximum five (5) year term.
2.4 FWC as Fund Managers of the TFIF, are seeking to appoint an experienced legal panel on a call off basis to be utilised as and when required to support the role out of the fund.
Further information can be obtained from the Invitation to Tender
two.1.5) Estimated total value
Value excluding VAT: £310,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
- 79111000 - Legal advisory services
- 79140000 - Legal advisory and information services
two.2.3) Place of performance
NUTS codes
- UKC1 - Tees Valley and Durham
two.2.4) Description of the procurement
Requirements for the contract include:
Firms must have a physical presence in Tees Valley;
- Firms must be able to demonstrate they have the relevant skills, technical ability, and experience to advise on all aspects of succession investments including but not limited to:
- Equity, equity option and loan agreements & associated documents.
- Debentures.
- Legal charges.
- Deeds Of Priority and Intercreditor Agreements.
- Personal and corporate guarantees.
- Articles of Association and Shareholder Agreements.
- Service Agreements.
- Transfer of IP and other assets, assignment of contracts.
- Share transfers.
- Companies House documentation.
- Firms must be able to demonstrate they have the relevant skills, technical ability, and experience to advise on all aspects of property development investments including but not limited to:
- Legal charges over land and property.
- Report on Title.
- Build Contracts.
- Collateral Warranties.
- Leases, pre-sale, and pre-let agreements.
- Firms must be able to demonstrate they have sufficient resources in place to deliver the Services in a timely manner and that they represent good value for money for the Services delivered.
- Firms must be able to demonstrate how they can add value to the Fund Manager in the delivery of the TFIF over its lifetime.
Further information can be found within the Invitation to Tender.
two.2.5) Award criteria
Quality criterion - Name: Project Team and Relevant Experience / Weighting: 14
Quality criterion - Name: Delivery of the Services / Weighting: 16
Quality criterion - Name: Key Issues, Risks and Challenges / Weighting: 5
Quality criterion - Name: Conflicts of Interest / Weighting: 5%
Quality criterion - Name: Added Value / Weighting: 10%
Quality criterion - Name: Presentation / Weighting: 25
Price - Weighting: 25
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The panel will be in place for an initial two (2) years with the option for FWC to make up to four (4) further extensions of twenty four (24) months each.
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
Please refer to the Invitation to Tender.
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.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
three.2.2) Contract performance conditions
Please refer to the Invitation to Tender and associated contract.
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 May 2024
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 May 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=140891
(WA Ref:140891)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom