Award

LBLA Legal Services Framework

  • London Borough of Haringey

UK6: Contract award notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-065849

Procurement identifier (OCID): ocds-h6vhtk-04f73a (view related notices)

Published 16 October 2025, 11:30am



Scope

Description

The London Boroughs' Legal Alliance (the LBLA) is looking to appoint a number of legal advisers with the objective of achieving enhanced service delivery, value for money and efficient management of matters outsourced to external solicitors.

The requirement is divided in 5 Lots.

The Authority intends to appoint:

8 suppliers to Lot 1: Regeneration

8 suppliers to Lot 2: Full Range of Legal Services

6 suppliers to Lot 3: Housing Management

6 suppliers to Lot 4: Property & Planning

4 suppliers to Lot 5: Employment

The London Boroughs' Legal Alliance (the "LBLA"), comprises of the London Boroughs of Bexley, Brent, Bromley, Camden, City of London Corporation, Croydon, Ealing, Enfield, Greenwich, Hackney, Hammersmith & Fulham, Haringey, Havering, HB Public Law (Harrow, Barnet, and Hounslow, Aylesbury Vale District Council, and Slough), Hillingdon, Islington, Bi-Borough (Royal Borough of Kensington & Chelsea and Westminster City Council), Lewisham, Lambeth, One Source (Newham and Havering), Redbridge, SLLP (South London Legal Partnership - Kingston, Merton, Richmond, Sutton, Wandsworth), Southwark, Tower Hamlets, Waltham Forest, London Fire and Planning Authority, Royal Borough of Greenwich (together the "Authorities").

The following local authorities which also currently access the LBLA Solicitors Framework and are not participating in this procurement, although the right is reserved for them to subsequently access the framework: Buckinghamshire, Brentwood, Kent, Mid Kent Legal (Maidstone, Swale Borough, and Tunbridge Wells), Reading, and South Oxfordshire and Vale of White Horse District Councils. The framework agreement will also be available to other local authorities within Greater London and South-East England (Bedfordshire, Berkshire, Buckinghamshire, East Sussex, Essex, Hampshire, Hertfordshire, the Isle of Wight, Kent, Oxfordshire, Surrey and West Page 3 to 27 Sussex), whether or not they are a member of the LBLA.

Tenderers have been able to submit bids for one or more Lots, in accordance with their expertise and service offering. The Authority reserves the right to award one or more lots to the same Tenderer.

On 16th September 2025, Haringey Council ('the Council') provided all bidders with their relevant Assessment Summaries. On 16th September 2025, the Council also published the relevant Contract Award Notice in accordance with Section 50 of the Procurement Act 2023. Publication of the notice initiated a standstill period of eight working days, in accordance with Section 51 of the Procurement Act 2023. The standstill period was due to conclude at midnight on Monday 27th October 2025.

Following receipt of a request for further information from one of the bidders ("the bidder") prior to midnight on Monday 27th October 2025, the Council sent a message to all bidders on Monday 27th October 2025 stating that: "Please note that the Council has received bidder correspondence, and that in order to review and respond substantively to this correspondence the current standstill period has been suspended. A new date for the extended standstill period will be confirmed in due course."

On Monday 3rd November 2025, the Council responded substantively to the request for further information from the bidder. The Council sent a message to all bidders on 3rd November 2025 stating that: "Please note that the Council has asked the Cabinet Office to publish an amendment to the Contract Award Notice (ref: 2025/S 000-065849) confirming an extension to the standstill period to midnight on Monday 10th November 2025. The Authority will therefore not enter into the proposed Framework Agreements before Tuesday 11th November 2025."

In the interests of transparency regarding the Contract Award Notice and the applicable standstill period, in line with Regulation 5 of the Procurement Regulations 2024, the Council has elected to amend the Procurement Description within the existing Contract Award Notice as above.

Commercial tool

Establishes a framework


Lot 1. Lot 1: Regeneration

Description

The organisations appointed shall provide legal advisory services in relation to Regeneration related work for which the Authorities require legal input, including but not limited to:• Development agreements• Mixed use development• Compulsory purchase in regard to development• Governance Support for Regeneration Schemes• Procurement in relation to regeneration• Construction and regeneration• Advice on landlord offers for regeneration schemes• Dispute or litigation closely connected with a regeneration project• Joint ventures• Large scale portfolio work• Public procurement advice and tendering (including competitive flexible procedure exercises)• Complex planning agreements• Planning inquiries• Rights of light and appropriation• Related subsidy control• Local Authority Housing Company Arrangements (including loans and governance)• Local Authority Housing Governance• Building Safety• Environmental matters• Heat Networks• Commercial Property advice• Review of Bonds• Review of construction contract terms and conditions• Agreement of contract terms and conditions for construction contracts with any successful contractor• Review of warranties to sub-contractors and sub-consultants• Site assembly• Utilities• Way leaves• Tax in relation to regenerationThe appointed legal firms will provide advisory services to the Authorities under a framework agreement. The services will be accessed via call-off contracts issued throughout the duration of the framework. The Authorities reserve the right to instruct the appointed organisations on matters that may not be explicitly listed within the Lot description, subject to the applicable Framework hourly rates, and the terms of the Framework Agreement.The Framework Period will commence on 8th January 2026 and will end on 7th January 2029. The Authority will be entitled at its absolute discretion to extend the Framework Agreement Period on the same terms for a further period or periods of up to twelve months to 7th January 2030, making a total possible Framework Agreement Period of four years (3+1 years).The Authorities have spent approximately £1.5 million per annum on regeneration-related legal work under the existing framework. The anticipated level of work under this new framework is expected to be in a similar range, although this is subject to demand.The estimated total value for Lot 1 over the duration of the framework is £7.5 million, based on historical spend data (including an additional extension period of up to 12 months).


Lot 2. Lot 2: Full Range of Legal Services

Description

The organisations appointed shall provide legal advisory services in relation to the Full Range of Legal Services (excluding regeneration) for which the Authorities require legal input including but not limited to the following four categories:1. Commercial (including but not limited to):• Contracts• Education law and education projects• PPP/PFI• Procurement2. Litigation (including but not limited to):• Construction• Employment• General civil (including complex debt collection)• Housing3. Property (including but not limited to):• Compulsory Purchase Orders• General Planning• Highway agreements• Landlord & Tenant (including Housing)• Sales and Leasehold• Small scale development projects4. Other Miscellaneous Local Government Work (including but not limited to):• Charity law• Copyright• Elections• Licensing, including Licensing policies, Licensing Committees and Governance, and Licensing Appeals• Local authority companies• Pensions• Subsidy Control in regard to commercial matters and procurement• Grant Funding• Freedom of information law, data protection and governance• Intellectual Property• Artificial Intelligence and Information Technology• Energy/Decarbonisation• Heat network servicesThe appointed legal firms will provide advisory services to the Authorities under a framework agreement. The services will be accessed via call-off contracts issued throughout the duration of the framework. The Authorities reserve the right to instruct the appointed organisations on matters that may not be explicitly listed within the Lot description, subject to the applicable Framework hourly rates, and the terms of the Framework AgreementThe Framework Period will commence on 8th January 2026 and will end on 7th January 2029. The Authority will be entitled at its absolute discretion to extend the Framework Agreement Period on the same terms for a further period or periods of up to twelve months to 7th January 2030, making a total possible Framework Agreement Period of four years (3+1 years).The Authorities have spent approximately £6.4 million per annum on legal services included within Lot 2.The estimated total value for Lot 2 over the duration of the framework is £32,000,000 based on historical spend data. (including an additional extension period of up to 12 months).


Lot 3. Lot 3: Housing Management

Description

The organisations appointed shall provide legal advisory services in relation to Housing Management related matters for which the Authorities require legal input including but not limited to the following:1. Housing litigation such as:• Disrepair claims• Anti-social behaviour proceedings (including injunctions, committal)• Rent arrears possession proceedings• Non-rent arrears possession proceedings• Possession proceedings (all types), including possession on abandonment• Assured shorthold accelerated possession claims• Trespassers• Possession succession• Evictions• Gas servicing and other access injunctions• Supported housing disputes• Terminating licence agreements and obtaining possession• Service charge disputes• Tenancy Fraud• Mediation• First Tier Tribunal advice and advocacy• Leaseholder disputes• Deceased leaseholders where executors not meeting their obligations or where no monies in estate• Unlawful assignments• Enforcement / forfeiture• Leasehold and shared ownership sub-letting• Managing Agent issues including those arising from Tri-Partite agreements i.e. RP, Leaseholder and Managing Agent• Closure Notices and Orders2. General housing advice such as:• Tenancy agreement advice• Anti-social behaviour advice• Housing benefit advice• Service charge advice• Estate management board advice• Managing agents contracts and service level agreements• Supported and sheltered housing advice• Advice on complaints, including to the Housing Ombudsman• Dilapidations• Dealing with lack of mental capacity• Judicial Review• Welfare reform updates• Data protection• Energy supply agreements with residents• Right to Manage3. Housing management policy advice such as:• Drafting and advising on new forms of tenancy & licence agreement• Rent setting advice• Policy drafting, approval and annual health checks• Advice on procedures - this may include drafting all or part of a procedure• Neighbourhood Management• Homelessness, including JR challenges and s204 County Court appealsA summary of how those goods, services or works will be supplied: The appointed legal firms will provide advisory services to the Authorities under a framework agreement. The services will be accessed via call-off contracts issued throughout the duration of the framework. The Authorities reserve the right to instruct the appointed organisations on matters that may not be explicitly listed within the Lot description, subject to the applicable Framework hourly rates or Fixed Fees, and the terms of the Framework Agreement. The estimated date when, or period over which, the goods, services or works will be supplied: The Framework Period will commence on 8th January 2026 and will end on 7th January 2029. The Authority will be entitled at its absolute discretion to extend the Framework Agreement Period on the same terms for a further period or periods of up to twelve months to 7th January 2030, making a total possible Framework Agreement Period of four years (3+1 years).  The estimated amount of goods, services or works which will be supplied: The Authorities have spent approximately £2.7 million per annum on employment-related legal work under the existing framework.The estimated value of the lot: The estimated total value for Lot 3 over the duration of the framework is £12 million, based on historical spend data (including an additional extension period of up to 12 months). 


Lot 4. Lot 4: Property and Planning

Description

The organisations appointed shall provide legal advisory services in relation to Property and Planning matters for which the Authorities require legal input, including but not limited to:Property• Commercial & residential matters• Acquisitions & disposals• Lease renewals & forfeitures• Enfranchisement• Mediation & arbitration of commercial LL&T Disputes• Rights of Way (private & public)• Restrictive covenants & easements• Mortgages and Property Estoppels• Possession actions• Dilapidations• Mixed Use Developments• CPOs• Judicial Review• Injunctions• Appropriation• Regeneration• Procurement• Lease extensions and voluntary lease extensions, under commercial & residential matters• Utilities, including wayleaves• Telecommunications leases• Property Litigation• Asset management lease transactions and lease events• Vacant possession strategy• Enforcement and remedies including forfeiture• Plot Sales• Reports on Title• FOI• Rights of Light• Right to Buy - leasehold and freehold disposals• Lease extensions• Buyback acquisitionsPlanning• Planning Appeals• Enforcement and related proceedings, including notices and injunctions• Highways, including s278 agreements, s38 agreements, dedications, walkways, advice on extent of highway, highway rights,ss4, 6 & 8 Highways Act agreements, TCPA stopping-up orders• Housing / Retail• S106 Agreements• Local Development Frameworks / Schemes• TPOs• CIL• Green Belt and Town & Village Greens• Mixed Use Developments• CPOs• Judicial Review• Injunctions• Appropriation• Regeneration• Procurement• Permitted Development, Use Classes Order• Listed Buildings & Conservation Areas• Development Consent Order (DCO)/National Infrastructure/ Nationally Significant Infrastructure Projects• Planning Committees and Governance• Freedom of information and environmental information regulations• S16 - Greater London Council (General Powers) Act 1974• Other planning adviceA summary of how those goods, services or works will be supplied: The appointed legal firms will provide advisory services to the Authorities under a framework agreement. The services will be accessed via call-off contracts issued throughout the duration of the framework. The Authorities reserve the right to instruct the appointed organisations on matters that may not be explicitly listed within the Lot description, subject to the applicable Framework hourly rates or Fixed Fee, and the terms of the Framework Agreement.  The estimated date when, or period over which, the goods, services or works will be supplied: The Framework Period will commence on 8th January 2026 and will end on 7th January 2029. The Authority will be entitled at its absolute discretion to extend the Framework Agreement Period on the same terms for a further period or periods of up to twelve months to 7th January 2030, making a total possible Framework Agreement Period of four years (3+1 years).  The estimated amount of goods, services or works which will be supplied: The Authorities have spent approximately £1.1 million per annum on legal services included within Lot 4.  The estimated value of the lot: The estimated total value for Lot 4 over the duration of the framework is £6 million, based on historical spend data. (including an additional extension period of up to 12 months). 


Lot 5. Employment

Description

The organisations appointed shall provide legal advisory services to the Authorities in relation to Employment matters for which the Authorities require legal input, including but not limited to:• Recruitment and retention, including pay committees and governance• Employment status• Employment contract issues• Employment & HR policies and procedures• Disciplinary and Grievance matters• Employee and industrial relations• Advisory matters, including advice regarding senior officers• Employment Tribunal Claims• Employment Appeals Tribunal/Court of Appeal/Supreme Court proceedings• Employment Claims in the County Court and High Court• Unfair and constructive dismissal• Unlawful deduction from wages• Discrimination• Bullying, harassment and victimisation• Equal Pay• Parental leave• Redundancy• TUPE• Agency workers• Hybrid and flexible working• Whistleblowing• Collective agreements• Trade Union rights and industrial action• Judicial Mediation and other forms of dispute resolution/litigation avoidance• Schools, including pay and conditions, and school closures• Secondment Agreements• Confidentiality and settlement agreements• Special Severance Payments• Pensions• DefamationA summary of how those goods, services or works will be supplied: The appointed legal firms will provide advisory services to the Authorities under a framework agreement. The services will be accessed via call-off contracts issued throughout the duration of the framework. The Authorities reserve the right to instruct the appointed organisations on matters that may not be explicitly listed within the Lot description, subject to the applicable Framework hourly rates or Fixed Fee, and the terms of the Framework Agreement.  The estimated date when, or period over which, the goods, services or works will be supplied: The Framework Period will commence on 8th January 2026 and will end on 7th January 2029. The Authority will be entitled at its absolute discretion to extend the Framework Agreement Period on the same terms for a further period or periods of up to twelve months to 7th January 2030, making a total possible Framework Agreement Period of four years (3+1 years). The estimated amount of goods, services or works which will be supplied: The Authorities have spent approximately £500,000 per annum on legal services included within Lot 5.  The estimated value of the lot: The estimated total value for Lot 2 over the duration of the framework is £2.5 Million based on historical spend data. (including an additional extension period of up to 12 months).  


Contract 1. Lot 1: Regeneration

Lots

Lot 1. Lot 1: Regeneration

Suppliers (8)

Contract value

  • £9,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

16 October 2025

Date assessment summaries were sent to tenderers

16 October 2025

Standstill period

  • End: 27 October 2025
  • 8 working days

Earliest date the contract will be signed

28 October 2025

Contract dates (estimated)

  • 8 January 2026 to 7 January 2029
  • Possible extension to 7 January 2030
  • 4 years

Description of possible extension:

The Framework includes the option to extend the Agreement for a further period or periods of up to twelve months making a total possible Framework Agreement Period of four years (3+1 years).

Main procurement category

Services

CPV classifications

  • 79100000 - Legal services

Contract 2. Lot 2: Full Range of Legal Services

Lots

Lot 2. Lot 2: Full Range of Legal Services

Suppliers (8)

Contract value

  • £38,400,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

16 October 2025

Date assessment summaries were sent to tenderers

16 October 2025

Standstill period

  • End: 27 October 2025
  • 8 working days

Earliest date the contract will be signed

28 October 2025

Contract dates (estimated)

  • 8 January 2026 to 7 January 2029
  • Possible extension to 7 January 2030
  • 4 years

Description of possible extension:

The Framework includes the option to extend the Agreement for a further period or periods of up to twelve months making a total possible Framework Agreement Period of four years (3+1 years).

Main procurement category

Services

CPV classifications

  • 79100000 - Legal services

Contract 3. Lot 3: Housing Management

Lots

Lot 3. Lot 3: Housing Management

Suppliers (6)

Contract value

  • £14,400,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

16 October 2025

Date assessment summaries were sent to tenderers

16 October 2025

Standstill period

  • End: 27 October 2025
  • 8 working days

Earliest date the contract will be signed

28 October 2025

Contract dates (estimated)

  • 8 January 2026 to 7 January 2029
  • Possible extension to 7 January 2030
  • 4 years

Description of possible extension:

The Framework includes the option to extend the Agreement for a further period or periods of up to twelve months making a total possible Framework Agreement Period of four years (3+1 years).

Main procurement category

Services

CPV classifications

  • 79100000 - Legal services

Contract 4. Lot 4: Property and Planning

Lots

Lot 4. Lot 4: Property and Planning

Suppliers (6)

Contract value

  • £7,200,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

16 October 2025

Date assessment summaries were sent to tenderers

16 October 2025

Standstill period

  • End: 27 October 2025
  • 8 working days

Earliest date the contract will be signed

28 October 2025

Contract dates (estimated)

  • 8 January 2026 to 7 January 2029
  • Possible extension to 7 January 2030
  • 4 years

Description of possible extension:

The Framework includes the option to extend the Agreement for a further period or periods of up to twelve months making a total possible Framework Agreement Period of four years (3+1 years).

Main procurement category

Services

CPV classifications

  • 79100000 - Legal services

Contract 5. Lot 5. Employment

Lots

Lot 5. Employment

Suppliers (4)

Contract value

  • £3,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

16 October 2025

Date assessment summaries were sent to tenderers

16 October 2025

Standstill period

  • End: 27 October 2025
  • 8 working days

Earliest date the contract will be signed

28 October 2025

Contract dates (estimated)

  • 8 January 2026 to 7 January 2029
  • Possible extension to 7 January 2030
  • 4 years

Description of possible extension:

The Framework includes the option to extend the Agreement for a further period or periods of up to twelve months making a total possible Framework Agreement Period of four years (3+1 years).

Main procurement category

Services

CPV classifications

  • 79100000 - Legal services

Information about tenders

Lot 1. Lot 1: Regeneration

  • 17 tenders received
  • 17 tenders assessed in the final stage:
    • 2 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 8 suppliers awarded contracts
  • 9 suppliers unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers


Lot 2. Lot 2: Full Range of Legal Services

  • 17 tenders received
  • 17 tenders assessed in the final stage:
    • 1 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 8 suppliers awarded contracts
  • 9 suppliers unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers


Lot 3. Lot 3: Housing Management

  • 14 tenders received
  • 14 tenders assessed in the final stage:
    • 2 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 6 suppliers awarded contracts
  • 8 suppliers unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers


Lot 4. Lot 4: Property and Planning

  • 20 tenders received
  • 20 tenders assessed in the final stage:
    • 3 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 6 suppliers awarded contracts
  • 14 suppliers unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers


Lot 5. Employment

  • 13 tenders received
  • 13 tenders assessed in the final stage:
    • 1 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 4 suppliers awarded contracts
  • 9 suppliers unsuccessful (details included for contracts over £5 million)

Procedure

Procedure type

Open procedure


Suppliers

ANTHONY COLLINS SOLICITORS LLP

  • Companies House: OC313432
  • Public Procurement Organisation Number: PPBG-8565-RGRR

134 Edmund Street

West Midlands

B3 2ES

United Kingdom

Region: UKG31 - Birmingham

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1: Regeneration

Contract 2. Lot 2: Full Range of Legal Services

Contract 5. Lot 5. Employment

ASHFORDS LLP

  • Companies House: OC342432
  • Public Procurement Organisation Number: PWLB-7383-PDYN

Ashford House

Exeter

EX1 3LH

United Kingdom

Region: UKK43 - Devon CC

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1: Regeneration

Contract 3. Lot 3: Housing Management

BEVAN BRITTAN LLP

  • Companies House: OC309219
  • Public Procurement Organisation Number: PJMX-5523-TXZX

Kings Orchard

Bristol

BS2 0HQ

United Kingdom

Region: UKK11 - Bristol, City of

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1: Regeneration

Contract 3. Lot 3: Housing Management

Contract 4. Lot 4: Property and Planning

Contract 5. Lot 5. Employment

BIRKETTS LLP

  • Companies House: OC317545
  • Public Procurement Organisation Number: PNZT-4886-HCLQ

Providence House

Ipswich

IP1 1QJ

United Kingdom

Region: UKH14 - Suffolk

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Lot 2: Full Range of Legal Services

Contract 3. Lot 3: Housing Management

Contract 4. Lot 4: Property and Planning

BROWNE JACOBSON LLP

  • Companies House: OC306448
  • Public Procurement Organisation Number: PGVM-7475-NQYV

Mowbray House

Nottingham

NG2 1BJ

United Kingdom

Region: UKF14 - Nottingham

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

CAPSTICKS SOLICITORS LLP

  • Companies House: OC340360
  • Public Procurement Organisation Number: PXCG-2134-WBYX

Wellington House

London

SW19 7PA

United Kingdom

Region: UKI63 - Merton, Kingston upon Thames and Sutton

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1: Regeneration

Contract 2. Lot 2: Full Range of Legal Services

Contract 3. Lot 3: Housing Management

Contract 4. Lot 4: Property and Planning

CLARKE WILLMOTT LLP

  • Companies House: OC344818
  • Public Procurement Organisation Number: PGYC-3357-YDPZ

Burlington House Botleigh Grange Business Park

Southampton

SO30 2AF

United Kingdom

Region: UKJ35 - South Hampshire

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

DAVITT JONES BOULD LIMITED

  • Companies House: 06155025
  • Public Procurement Organisation Number: PDNG-9251-JNGN

Level 24, The Shard

London

SE1 9SG

United Kingdom

Region: UKI44 - Lewisham and Southwark

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

DEVONSHIRES SOLICITORS LLP

  • Companies House: OC397401
  • Public Procurement Organisation Number: PLDC-8533-XXMX

30 Finsbury Circus

London

EC2M 7DT

United Kingdom

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 3. Lot 3: Housing Management

Contract 4. Lot 4: Property and Planning

Contract 5. Lot 5. Employment

DWF LLP

  • Companies House: OC328794
  • Public Procurement Organisation Number: PZTP-2177-WBYM

1 Scott Place

Manchester

M3 3AA

United Kingdom

Region: UKD33 - Manchester

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

FREETHS LLP

  • Companies House: OC304688
  • Public Procurement Organisation Number: PPCM-1511-PDGH

80 Mount Street

Nottinghamshire

NG1 6HH

United Kingdom

Region: UKF14 - Nottingham

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Lot 2: Full Range of Legal Services

GATELEY PLC

  • Companies House: 09310187
  • Public Procurement Organisation Number: PMWT-5385-GRDW

One Eleven Edmund Street

Birmingham

B3 2HJ

United Kingdom

Region: UKG31 - Birmingham

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

GELDARDS LLP

  • Companies House: OC313172
  • Public Procurement Organisation Number: PPNZ-6759-TVNZ

4 Capital Quarter

Cardiff

CF10 4BZ

United Kingdom

Region: UKL22 - Cardiff and Vale of Glamorgan

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1: Regeneration

HILL DICKINSON LLP

  • Companies House: OC314079
  • Public Procurement Organisation Number: PVGZ-3699-JTGH

No. 1 St. Paul's Square

Liverpool

L3 9SJ

United Kingdom

Region: UKD72 - Liverpool

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

JUDGE & PRIESTLEY LIMITED LIABILITY PARTNERSHIP

  • Companies House: OC312733
  • Public Procurement Organisation Number: PGMC-3431-TVRZ

Justin House, 6 West Street

Bromley

BR1 1JN

United Kingdom

Region: UKI61 - Bromley

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 3. Lot 3: Housing Management

PENNINGTONS MANCHES COOPER LLP

  • Companies House: OC311575
  • Public Procurement Organisation Number: PCZR-1322-TBDR

125 Wood Street

London

EC2V 7AW

United Kingdom

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1: Regeneration

Contract 2. Lot 2: Full Range of Legal Services

Contract 4. Lot 4: Property and Planning

PINSENT MASONS LLP

  • Companies House: OC333653
  • Public Procurement Organisation Number: PCCJ-7195-ZBYD

30 Crown Place

London

EC2A 4ES

United Kingdom

Region: UKI41 - Hackney and Newham

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

SHAKESPEARE MARTINEAU LLP

  • Companies House: OC319029
  • Public Procurement Organisation Number: PXPX-4658-DTQQ

No 1 Colmore Square

Birmingham

B4 6AA

United Kingdom

Region: UKG31 - Birmingham

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

SHARPE PRITCHARD LLP

  • Companies House: OC378650
  • Public Procurement Organisation Number: PRCR-4411-VZCV

Elm Yard, 10-16 Elm Street

London

WC1X 0BJ

United Kingdom

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1: Regeneration

Contract 2. Lot 2: Full Range of Legal Services

Contract 4. Lot 4: Property and Planning

Contract 5. Lot 5. Employment

SHARRATTS (LONDON) LLP

  • Companies House: OC352690
  • Public Procurement Organisation Number: PNLW-7477-CGMQ

1 The Old Yard

Westerham

TN16 1JP

United Kingdom

Region: UKJ46 - West Kent

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

TLT LLP

  • Companies House: OC308658
  • Public Procurement Organisation Number: PHZR-1968-PDCV

One Redcliff Street

Bristol

BS1 6TP

United Kingdom

Region: UKK11 - Bristol, City of

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1: Regeneration

Contract 2. Lot 2: Full Range of Legal Services

TOWN LEGAL LLP

  • Companies House: OC413003
  • Public Procurement Organisation Number: PJVV-6517-HGHN

10 Throgmorton Avenue

London

EC2N 2DL

United Kingdom

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

VEALE WASBROUGH VIZARDS LLP

  • Companies House: OC384033
  • Public Procurement Organisation Number: PTVR-2428-HJBZ

Narrow Quay House, Narrow Quay

Bristol

BS1 4QA

United Kingdom

Region: UKK11 - Bristol, City of

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

WALKER MORRIS LLP

  • Companies House: OC338981
  • Public Procurement Organisation Number: PMVJ-8972-HYGM

33 Wellington Street

Leeds

LS1 4DL

United Kingdom

Region: UKE42 - Leeds

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

WARREN COMERFORD CLARK LLP

  • Companies House: OC446849
  • Public Procurement Organisation Number: PQML-8113-QTVX

71-75 Shelton Street

London

WC2H 9JQ

United Kingdom

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

WATSON FARLEY & WILLIAMS LLP

  • Companies House: OC312252
  • Public Procurement Organisation Number: PMMR-1749-WVMV

15 Appold Street

London

EC2A 2HB

United Kingdom

Region: UKI41 - Hackney and Newham

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

WEIGHTMANS LLP

  • Companies House: OC326117
  • Public Procurement Organisation Number: PHWT-6172-VYXR

100 Old Hall Street

Liverpool

L3 9QJ

United Kingdom

Region: UKD72 - Liverpool

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Lot 2: Full Range of Legal Services


Contracting authority

London Borough of Haringey

  • Public Procurement Organisation Number: PBHY-1866-HTLD

7th Floor Alexandra House, 10 Station Road, Wood Green

London

N22 7TR

United Kingdom

Region: UKI43 - Haringey and Islington

Organisation type: Public authority - sub-central government


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

KENNEDY CATER LTD

Summary of their role in this procurement: Kennedy Cater (KC) is a legal consultancy appointed by the Authorities to actively manage the LBLA and the Legal Services Framework on their behalf. While Kennedy Cater oversees the framework and supports this procurement process, Haringey Council, as a public body, leads this procurement and acts as the contracting authority

  • Companies House: 05686834
  • Public Procurement Organisation Number: PLMQ-7162-VNYP

First Floor

Sevenoaks

TN13 1YL

United Kingdom

Region: UKJ46 - West Kent


Contact organisation

Contact London Borough of Haringey for any enquiries.