Tender

PPF Legal Panel

  • Pension Protection Fund

F02: Contract notice

Notice identifier: 2021/S 000-017729

Procurement identifier (OCID): ocds-h6vhtk-02ccaf

Published 26 July 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Pension Protection Fund

Renaissance, 12 Dingwall Road

Croydon

CR0 2NA

Email

commercial.services@ppf.co.uk

Telephone

+44 8456002541

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.ppf.co.uk

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