- Scope of the procurement
- Lot 1. Employment Law
- Lot 2. Major commercial matters
- Lot 3. Rail industry specialists
- Lot 4. Routine commercial and real estate matters (contentious and non-contentious)
- Lot 5. Housing
- Lot 6. Complex property and commercial development matters
- Lot 7. Major consents matters
- Lot 8. Town and country planning and highways matters
Section one: Contracting authority
one.1) Name and addresses
Transport for London
5 ENDEAVOUR SQUARE
LONDON
E201JN
Contact
Ilva Cunka
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://service.ariba.com/Supplier.aw
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://service.ariba.com/Supplier.aw
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
TfL Legal Panel Framework
Reference number
TfL 96455
two.1.2) Main CPV code
- 79100000 - Legal services
two.1.3) Type of contract
Services
two.1.4) Short description
Transport for London (TfL) as the Contracting Authority is putting in place a Framework Agreement for Legal Services to include a number of law firms with the requisite resources, expertise and experience to advise Transport for London, the Greater London Authority and its other functional bodies (the 'GLA Group'). This will be in place for four years with an option to extend for two further years at the sole discretion of TfL.
This procurement relates to legal services which are listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) as a specific service. This procurement is being conducted under the Light Touch Regime ("LTR") in accordance with regulations 74 to 77 PCR using a negotiated procedure.
The estimated total and lot values set out in this notice are variable, what is listed is our currently anticipated upper bounds.
The procurement process is being conducted electronically on the e-Tendering portal SAP Ariba. The portal can be accessed via the following link:
https://service.ariba.com/Supplier.aw
Suppliers interested in this tender opportunity, please email ilvacunka@tfl.gov.uk confirming your TfL SAP Ariba account name - your organisation will be added manually to the suppliers list in SAP Ariba and you will have unrestricted and full access to the tender documents.
To register or to check if you are already registered in TfL SAP Ariba, please use the following link:
https://service.ariba.com/Supplier.aw
For help registering or uploading your responses, please refer to https://support.ariba.com/Adapt/Ariba_Network_Supplier_Training. If the problem persists please contact Ariba_Supplier_Enablement@tfl.gov.uk.
two.1.5) Estimated total value
Value excluding VAT: £120,000,000
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
Employment Law
Lot No
1
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Legal support on contentious and non-contentious employment matters including tribunal cases (from the point of outsourcing to conclusion of the case), EAT appeals and specialist advice on industrial relations matters (including strategy, disputes and change programmes) and immigration.
This Lot will be awarded to one supplier because consistency of treatment of all employment related matters is imperative to ensure that any policy work undertaken and advice given fits seamlessly with the operational requirements of the business.
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Framework Agreement will be re-tendered prior its expiry
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
Maximum number: 4
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend by up to 2 years
two.2.14) Additional information
It is envisaged a maximum of 1 provider will be awarded to this lot
two.2) Description
two.2.1) Title
Major commercial matters
Lot No
2
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Legal support on contentious and non-contentious aspects of significant infrastructure projects and other large scale and/or complex 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: £24,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Framework Agreement will be re-tendered prior its expiry
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 10
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend by up to 2 years
two.2.14) Additional information
It is envisaged a minimum of 6 and a maximum of 9 providers will be awarded on to this lot
two.2) Description
two.2.1) Title
Rail industry specialists
Lot No
3
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Legal support on matters specific to the rail industry including industry specific agreements and regulatory issues covering commercial and real estate matters whether contentious or non-contentious.
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: £6,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Framework Agreement will be re-tendered prior its expiry
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend by up to 2 years
two.2.14) Additional information
It is envisaged a minimum of 3 and a maximum of 5 providers will be awarded on to this lot
two.2) Description
two.2.1) Title
Routine commercial and real estate matters (contentious and non-contentious)
Lot No
4
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Legal support for routine and high volume commercial and real estate matters (contentious and non-contentious matters) including compulsory purchase compensation and implementation matters, falling outside lots 3, 6, 7 and 8.
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: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Framework Agreement will be re-tendered prior its expiry
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend by up to 2 years
two.2.14) Additional information
It is envisaged a minimum of 3 and a maximum of 5 providers will be awarded on to this lot
two.2) Description
two.2.1) Title
Housing
Lot No
5
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Legal support for housing matters (including legal support in relation to the Mayor's major funding programmes for housing and regeneration and building safety, negotiating grant and loan agreements and advising on wider housing policy issues).
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Framework Agreement will be re-tendered prior its expiry
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 8
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend by up to 2 years
two.2.14) Additional information
It is envisaged a minimum of 4 and a maximum of 6 providers will be awarded on to this lot
two.2) Description
two.2.1) Title
Complex property and commercial development matters
Lot No
6
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Legal support for large scale commercial developments and projects, operational and commercial property matters and regeneration.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Framework Agreement will be re-tendered prior its expiry
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 10
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend by up to 2 years
two.2.14) Additional information
It is envisaged a minimum of 6 and a maximum of 8 providers will be awarded on to this lot
two.2) Description
two.2.1) Title
Major consents matters
Lot No
7
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Legal support for major consents matters (including compulsory purchase compensation and implementation matters).
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Framework Agreement will be re-tendered prior its expiry
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 8
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend by 2 years
two.2.14) Additional information
It is envisaged a minimum of 4 and a maximum of 6 providers will be awarded on to this lot
two.2) Description
two.2.1) Title
Town and country planning and highways matters
Lot No
8
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Legal support for town and country planning and highways matters (including compulsory purchase compensation and implementation matters).
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Framework Agreement will be re-tendered prior its expiry
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 8
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend by up to 2 years
two.2.14) Additional information
It is envisaged a minimum of 4 and a maximum of 6 providers will be awarded on to this lot
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
Provision of the services is reserved to a particular profession. Registration with the Solicitors Regulation Authority is required.
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
Reference to the relevant law, regulation or administrative provision
Execution of the service is reserved to a particular profession.
Reference to the relevant law, regulation or administrative provision:
Provision of the services is reserved to a particular profession. Registration with the Solicitors Regulation Authority is required.
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
Competitive procedure with negotiation
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
This procurement concerns the establishment of a Framework Agreement with several suppliers. Due to the highly specialised and specific nature of the legal services, the Framework Agreement will be for a term of four years with an option to extend for up to a further two years at TfL's discretion.
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
5 July 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
Transport for London (TfL) is a complex organisation operating both as a functional body of the Greater London Authority (GLA) under the direction of the Mayor of London and as a provider of transport services. Further information on TfL may be found at www.tfl.gov.uk.
The contract or contracts (if any) resulting from this call for competition may be awarded by and may be for the benefit of TfL and/or any of its subsidiaries and/or the GLA and/or any of the GLA's functional bodies and any Mayoral Development Corporation from time to time including (without limitation) the London Legacy Development Corporation and Old Oak and Park Royal Development Corporation.
The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates.
If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the Framework Agreement.
Please note all Economic Operators are required to express their interest by emailing ilvacunka@tfl.gov.uk. Economic Operators interested in being considered for this opportunity must express interest by means of completing the Standard Selection Questionnaire detailing their capabilities.
Transport for London (TfL) reserve the right not to consider expressions of interest received after the closing date/time or received by means other than the portal.
TfL reserves the right at any stage to reject or disqualify or revise the pre-qualified status of any Tenderer who:
1. Provides information or confirmations which later prove to be untrue or incorrect; and/or
2. Does not submit a tender in accordance with the requirements set out in the procurement documents or as directed by TfL during the procurement process; and/or
3. Fulfils any one or more of the criteria detailed in Regulation 57 of the Public Contracts Regulations 2015.
The procurement process is being conducted electronically on the e-Tendering portal SAP Ariba. The portal can be accessed via the following link:
https://service.ariba.com/Supplier.aw
To register or to check if you are already registered in TfL SAP Ariba, please use the following link:
https://service.ariba.com/Supplier.aw
For help registering or uploading your responses, please refer to https://support.ariba.com/Adapt/Ariba_Network_Supplier_Training. If the problem persists please contact Ariba_Supplier_Enablement@tfl.gov.uk.
six.4) Procedures for review
six.4.1) Review body
Transport for London
5 Endeavour Square
London
E20 1JN
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will observe a standstill period for a minimum of 10 calendar days from when the contract award notice is issued to bidders. That notice will provide full information on the award decision. The standstill period provides time for unsuccessful bidders to challenge the award decision before the contract is entered into. Any appeal or request for additional information should be sent to the (name and address as in Section I.1). The Public Contracts Regulations 2015 (SI 2015
No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).