Section one: Contracting authority
one.1) Name and addresses
Peabody Trust
45 Westminster Bridge Road
London
SE1 7JB
Contact
Caroline Lamont
caroline.lamont@peabody.org.uk
Telephone
+44 7796103592
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-London:-Legal-services./6VW4CH885V
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 Framework
two.1.2) Main CPV code
- 79100000 - Legal services
two.1.3) Type of contract
Services
two.1.4) Short description
Peabody is seeking to appoint a number of legal service providers to enter into Call-Off agreements in one or more specified Lots for Legal Services
two.1.5) Estimated total value
Value excluding VAT: £16,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 – Asset Management and Property
Lot 2 – Development and Construction
Lot 3 – Corporate, Commercial and Governance
Lot 4 – Corporate Finance and Treasury
Lot 5 – Residential Conveyancing
Lot 6 – Care & Support
Lot 7 – Major Contract/ Commercial Disputes
two.2) Description
two.2.1) Title
Asset Management and Property
Lot No
1
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Lot 1 – Asset Management and Property
•Landlord & Tenant - service charge
•Commercial Property - general
•Rights of First Refusal
•Property matters including party walls, boundaries, easements & way-leaves
•Security Charging work
•Related dispute resolution
•Environmental law
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,500,000
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: 5
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6VW4CH885V
two.2) Description
two.2.1) Title
Development and Construction
Lot No
2
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Lot 2 – Development and Construction
•Site acquisitions and title verification work
•Development Agreements
•Planning, including Section 106 agreements
•Planning litigation and dispute work
•Construction law related advice including JCT Building contracts, licenses, performance bonds, appointments and warranties
•Environmental issues
•Infrastructure agreements e.g. Section 38. 104 and 287 agreements
•Building licences/leases
•Novation agreements
•Construction Joint Ventures
•Drafting of/advice on construction contract conditions including but not limited to the common forms of building/engineering contracts
•Advice relating to construction contractual disputes
•Guidance on legal developments, such as new legislation and their impact (e.g. Construction Act 2010)
•Advice (including the drafting of relevant provisions) on such other matters as consultant appointments, etc.
•Related dispute resolution
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: £3,500,000
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: 5
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6VW4CH885V
two.2) Description
two.2.1) Title
Corporate, Commercial and Governance
Lot No
3
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Lot 3 – Corporate, Commercial and Governance
•Group Structure, Governance, Charity Law and Policy
•Community Investment activities, Fundraising
•Mergers & Acquisitions and related due diligence
•Regulatory issues
•Health & Safety law and procedure, including corporate responsibility
•Company Secretarial matters
•General Contracts and commercial law
•ICT Contracts
•Services Contracts
•Employment and Pensions (including TUPE issues)
•Employment contracts and disputes (including tribunal claims and settlement agreements)
•Tax advice, including (but not limited to) VAT and Stamp Duty Land Tax
•Intellectual Property and Data Protection
•Company, Charity and Industrial & Provident Society law, regulation and best practice
•Compliance with relevant EU Directives and UK legislation/regulations relating to procurement including:
oPQQ drafting/evaluation
oITT drafting/evaluation
•Unsuccessful Application/Bidder feedback and matters arising therefrom such as the Remedies Directive 2009
•Fraud
•Shared services advice
•Related dispute resolution
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: £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: 5
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6VW4CH885V
two.2) Description
two.2.1) Title
Corporate Finance and Treasury
Lot No
4
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Lot 4 – Corporate Finance and Treasury
•Financing including those sourced from banks, the capital markets, private placement, any form of private equity and inter-company loans
•On-lending arrangements
•Loan security
•Advice on launching new product services such as mortgage products, affordable rent products etc.
•Consumer Credit Licences
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: £1,000,000
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: 5
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6VW4CH885V
two.2) Description
two.2.1) Title
Residential Conveyancing
Lot No
5
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Residential Conveyancing
•Development Plot Sales – freehold & leasehold, including shared ownership
•Shared ownership stair-casing
•Non-development related residential sales and acquisitions (freehold and leasehold)
•Leasehold Management (inc. statutory notices)
•Right to Manage
•Enfranchisement
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: £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: 5
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6VW4CH885V
two.2) Description
two.2.1) Title
Care & Support
Lot No
6
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Lot 6 – Care & Support
•Care and Support contracts with Local Authorities and other commissioners
•Regulatory advice for Health and Social Care activities
•Contract management within Health and Social Care
•Subcontracting arrangements
•Related Procurement advice
•Related Disputes advice
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: £1,500,000
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: 5
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6VW4CH885V
two.2) Description
two.2.1) Title
Major Contract/ Commercial Disputes
Lot No
7
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Lot 7 – Major Contract/ Commercial Disputes
• Major Contract/ Commercial Disputes, particularly as they relate to development agreements and long-term maintenance and asset management contracts
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: £1,000,000
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: 5
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6VW4CH885V
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
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
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
23 June 2022
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
29 July 2022
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
Estimated timing for further notices to be published: 2026
six.2) Information about electronic workflows
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. This procurement is being conducted by Peabody Trust on behalf of itself and all present and future members of the Peabody Group
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Legal-services./6VW4CH885V
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6VW4CH885V
GO Reference: GO-2022524-PRO-20189564
six.4) Procedures for review
six.4.1) Review body
High Courts of Justice of The Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Peabody Trust
Minster Court
London
SE1 7JB
Telephone
+44 2038284233
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Peabody Trust
Minster Court
London
SE1 7JB
Telephone
+44 2038284233
Country
United Kingdom