Section one: Contracting authority
one.1) Name and addresses
Pension Protection Fund
Renaissance, 12 Dingwall Road
Croydon
CR0 2NA
Telephone
+44 8456002541
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://ppf.bravosolution.co.uk/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ppf.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
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://ppf.bravosolution.co.uk/web/login.html
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
PPF Legal Panel
Reference number
project_204
two.1.2) Main CPV code
- 79111000 - Legal advisory services
two.1.3) Type of contract
Services
two.1.4) Short description
The PPF is seeking to appoint a panel of up to six firms to deliver legal services to the PPF (Lot 1) and three firms in respect of providing Legal Services for Assessment Period tasks (Lot 2).
Firms must be able to provide Pensions Services and at least 2 of the other 3 core services (Financial Services, Litigation, Restructuring and Insolvency).
Firms on Lot 2 will be a subset of the firms on Lot 1. In order to be on to be considered for the panel, Bidders are required to submit a tender for both Lots 1 and 2. Firms must have been awarded a place on Lot 1 in order to be considered for Lot 2.
two.1.5) Estimated total value
Value excluding VAT: £13,000,000
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:
Appoint a panel of up to six firms to deliver legal services to the PPF on Lot 1 and three firms in respect of Assessment Period tasks on Lot 2. In order to be considered for the panel, Bidders are required to submit a tender for both Lots 1 and 2. Firms must have been awarded a place on Lot 1 in order to be considered for Lot 2.
two.2) Description
two.2.1) Title
Services to the PPF
Lot No
Lot 1 – Services to the PPF
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
Full details of the PPF's requirements and descriptions are contained in the Tender Documents https://ppf.bravosolution.co.uk/web/login.html
Firms must be able to Provide Pensions Services and at least 2 of the other 3 core services (Financial Services, Litigation, Restructuring and Insolvency).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
Initial 2 year term with the option to extend by 2 further periods of 12 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
two.2) Description
two.2.1) Title
Assessment Period Tasks
Lot No
Lot 2 – Assessment Period Tasks
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 Services in respect of Schemes in Assessment and Assessment Period Tasks.
Full details of the PPF's requirements and descriptions are contained in the tender documents https://ppf.bravosolution.co.uk/web/login.html
In order to be on Lot 2 Panellists must be successful in tendering for Lot 1.
Panellists must be able to provide all Services as set out in Lot 2 requirements in the tender documents, without the use of sub-contractors, unless for exceptional reasons such as jurisdiction.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
Initial 2 year term with option to extend by 2 further periods of 12 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
two.2.14) Additional information
The anticipated value of the contract is approximately £2,750,000 - £3,250,000 per annum, however no guarantee or commitment as to the initial and future value of any work arising from this contract can be given. This is estimated to be 65% Lot 1 instructions and 35% Lot 2.
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
Panellists must be able to perform the services in line with any law or regulation applicable to them, including but not limited to, the standards, procedures and regulations prescribed by the Solicitors Regulation Authority and the courts and any other relevant statutory or regulatory body.
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
Legal Profession
three.2.2) Contract performance conditions
See Tender 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
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: 6
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
25 August 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)
four.2.7) Conditions for opening of tenders
Date
25 August 2021
Local time
5:01pm
Place
Tenders are not visible and can not be opened on the portal until the tender has closed. Tenders might not be opened at 17:01 but will be opened after the tender deadline.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Pensions Protection Fund
Croydon
Country
United Kingdom