Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

HALA Legal Services Framework

  • First published: 30 March 2022
  • Last modified: 30 March 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Optivo
Authority ID:
AA62349
Publication date:
30 March 2022
Deadline date:
29 April 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The organisations appointed shall provide legal advisory services including but not limited to:

•Banking and finance including the raising of bank funding, capital markets issuance, and hedging arrangements

•Charging and security work

•Development draw down funding (including contracts with the HCA / GLA)

•Corporate governance

•New business opportunities

•Acquisitions and disposals

•Joint ventures and subsidiaries

•Amalgamations and restructuring

•Stock transfers

•Employment advice (including TUPE)

•Employment litigation, including Employment Tribunals

•Taxation advice

•Pensions

•Charity law

•Industrial and provident society law

•Constitutional reviews

•Board member powers and responsibilities

•Corporate Policies and Procedures

•Commercial contracts (including Supporting People contracts)

•Debt recovery

•Procurement law

•Commercial disputes

•Grant applications e.g. Big Lottery funding

•IT and information law including system maintenance & support agreements, defamation and the internet, and intellectual property

•Data protection and freedom of information

•Code of Governance

•Regulations

•Company Law

•Miscellaneous advice such as occasional advice on such matters as Financial inclusion/general advice to tenants, consumer credit licence issues, health & safety, defamation, fraud, insolvency judicial reviews and public law issues including Human Rights Act.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Optivo

Grosvenor House, 125 High Street

Croydon

CR0 9XP

UK

Contact person: Tim Morel and Richard Short

Telephone: +44 2071134020

E-mail: HALA@KennedyCater.com

NUTS: UKI

Internet address(es)

Main address: https://www.optivo.org.uk/

Address of the buyer profile: https://www.optivo.org.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.delta-esourcing.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.delta-esourcing.com/


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Other: Registered Provider of Social Housing

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

HALA Legal Services Framework

II.1.2) Main CPV code

79100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Housing Associations’ Legal Alliance includes Advance, BME London, Bromford Housing, CDS Co-operatives, Christian Action Housing, Cross Keys Homes, Eastend Homes, Greatwell Homes, Habinteg, Hastoe Group, Hexagon Housing, HFL Homes, Hightown Housing, Housing for Women, Housing Solutions, ISHA, Lewisham Homes, Local Space, MHS Homes, Newlon Housing Trust, Octavia Housing, One Housing, Optivo, Origin Housing, Phoenix Community Homes, Raven Housing Trust, Saxon Weald, Settle Group, Shepherds Bush Housing Group, Soho Housing, Swan Housing Association, Wandle Housing Association, Women’s Pioneer Housing, YMCA St Paul’s Group, YMCA Thames Gateway. Between them, there is a spend of approximately £6.2M per annum on external Solicitors’ Services. The Members have come together in a shared procurement exercise and wish to appoint a panel of Solicitors upon whose advisory services the individual members can call.

II.1.5) Estimated total value

Value excluding VAT: 30 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1: Corporate, Governance & Finance, Lot 2: Housing & Asset Management, Lot 3: Development and Lot 4: Property

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1: Corporate, Governance & Finance

II.2.2) Additional CPV code(s)

79100000

II.2.3) Place of performance

NUTS code:

UKH

UKI

UKF

UKG

UKL

UKJ

UKK

UKE

UKD

UKC


Main site or place of performance:

EAST OF ENGLAND,LONDON,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),WALES,SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND),NORTH EAST (ENGLAND)

II.2.4) Description of the procurement

The organisations appointed shall provide legal advisory services including but not limited to:

•Banking and finance including the raising of bank funding, capital markets issuance, and hedging arrangements

•Charging and security work

•Development draw down funding (including contracts with the HCA / GLA)

•Corporate governance

•New business opportunities

•Acquisitions and disposals

•Joint ventures and subsidiaries

•Amalgamations and restructuring

•Stock transfers

•Employment advice (including TUPE)

•Employment litigation, including Employment Tribunals

•Taxation advice

•Pensions

•Charity law

•Industrial and provident society law

•Constitutional reviews

•Board member powers and responsibilities

•Corporate Policies and Procedures

•Commercial contracts (including Supporting People contracts)

•Debt recovery

•Procurement law

•Commercial disputes

•Grant applications e.g. Big Lottery funding

•IT and information law including system maintenance & support agreements, defamation and the internet, and intellectual property

•Data protection and freedom of information

•Code of Governance

•Regulations

•Company Law

•Miscellaneous advice such as occasional advice on such matters as Financial inclusion/general advice to tenants, consumer credit licence issues, health & safety, defamation, fraud, insolvency judicial reviews and public law issues including Human Rights Act.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 7 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Lot 2: Housing & Asset Management

II.2.2) Additional CPV code(s)

79100000

II.2.3) Place of performance

NUTS code:

UKH

UKI

UKF

UKG

UKL

UKJ

UKK

UKE

UKD

UKC


Main site or place of performance:

EAST OF ENGLAND,LONDON,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),WALES,SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND),NORTH EAST (ENGLAND)

II.2.4) Description of the procurement

The organisations appointed shall provide legal advisory services including but not limited to:

Legal Advisory Services

•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)

•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

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

•Dilapidations

•Dealing with lack of mental capacity

•Judicial Review

•Welfare reform updates

•Data protection

•Energy supply agreements with residents

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

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 6 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Lot 3: Development

II.2.2) Additional CPV code(s)

79100000

II.2.3) Place of performance

NUTS code:

UKH

UKI

UKF

UKG

UKL

UKJ

UKK

UKE

UKD

UKC


Main site or place of performance:

EAST OF ENGLAND,LONDON,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),WALES,SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND),NORTH EAST (ENGLAND)

II.2.4) Description of the procurement

The organisations appointed shall provide legal advisory services including but not limited to:

Development

•Public private partnerships

•Site Assembly

•Options to purchase

•Acquisitions/disposals of land/buildings including new build plot sales

•Acquisitions/disposals of tenanted stock

•Stock swaps

•Statutory Agreements e.g. s.38, 278, 104

•Planning Agreements e.g. s.106 and s.111

•Development Agreements

•Development Funding (including HCA Help to Buy agreements)

•Management Agreements

•Establishing development-related management companies including joint ventures

•Construction Agreements (including collateral warranties)

•Bonds

•Parent Company Guarantees

•Contentious Construction

•Novation agreements

•Wayleaves and other utility agreements

•Building licences

•Grant agreements

•Health and safety

•Overage

•Planning advice

•Property taxation advice

•Procurement advice

•Development disputes (including litigation)

•Environmental issues

•ESCo/MUSCo leases and concession agreements.

•Energy supply agreements with residents

•Consultant appointment letters

•Contract amendments

•Frameworks for consultants and contractors

•Fire safety, asbestos water and other H&S law

•Advice in relation to sustainability, regulations and compliance

•Compulsory Purchase Orders

•Advice in relation to fire remediation and boundary disputes

Shared Ownership

•Setting up shared ownership schemes including drafting lease incorporating requirements of planning agreements

•Staircasing (not final and final)

•Resale/Assignment to new owner

•Easements

•Lifting of restrictive covenants

•Surrenders

•Repossessions

•New Build Plot sales

•Managing Agent issues including those arising from Tripartite Agreements i.e. RP, Leaseholder and Managing Agent.

•Lease management e.g. licences to assign, licences for alterations, deeds of variations, lease extensions

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 9 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Lot 4: Property

II.2.2) Additional CPV code(s)

79100000

II.2.3) Place of performance

NUTS code:

UKH

UKI

UKF

UKG

UKL

UKJ

UKK

UKE

UKD

UKC


Main site or place of performance:

EAST OF ENGLAND,LONDON,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),WALES,SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND),NORTH EAST (ENGLAND)

II.2.4) Description of the procurement

The organisations appointed shall provide legal advisory services including but not limited to:

Commercial Property

•Property rationalisation including purchases, disposals, stock swaps, TUPE (employment issues)

•Purchases/disposals of real estate (general)

•Auction acquisitions and disposals

•Easements

•Title investigations

•Agreements for lease/licences

•Granting and taking leases

•Management Agreements

•Lease management e.g. licences to assign, licences for alterations, deeds of variation, lease extensions, rent review memoranda etc.

•Advice relating to existing leases and management agreements

•Commercial Lease renewals and surrenders

•Tenanted sales initiatives

•Tenanted transfers including overage agreements

•Dilapidations

•Adverse possession including traveller issues

•Establishing property joint ventures

•Plot sales (commercial)

•Consent issues relating to restrictions on title, including lifting of restrictive covenants

•Ground rent issues

•Property litigation

•Construction contracts (including professional services contracts)

•Serving section 25 and s26 notices and responding to the same when served

•Re-possession of premises

•Novation agreements

•Wayleaves and other utility agreements

•Overage

•Property taxation advice

•Boundary dispute advice

Residential Property

•Purchases and sales of individual residential units (freehold/ leasehold)

•New build plot sales (freehold/ leasehold)

•Easements

•Lifting of restrictive covenants

•Auctions

•Sales under Right To Buy, Right To Acquire /Social HomeBuy

•Independent Supported Living purchases

•Service charge issues (including sinking fund disputes)

•Leasehold Valuation Tribunal advice and advocacy

•Leasehold enfranchisement

•Absent landlords (overseas etc.)

•Boundary dispute advice

Shared Ownership

•Setting up shared ownership schemes including drafting lease incorporating requirements of planning agreements

•Staircasing (not final and final)

•Resale/Assignment to new owner

•Easements

•Lifting of restrictive covenants

•Surrenders

•Repossessions

•New Build Plot sales

•Managing Agent issues including those arising from Tripartite Agreements i.e. RP, Leaseholder and Managing Agent.

•Lease management e.g. licences to assign, licences for alterations, deeds of variations, lease extensions

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 8 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

As detailed in the procurement documents


Minimum level(s) of standards required:

As detailed in the procurement documents

III.1.3) Technical and professional ability

List and brief description of selection criteria:

As detailed in the procurement documents


Minimum level(s) of standards required:

As detailed in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As detailed in the procurement documents

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 29/04/2022

Local time: 16:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 29/04/2022

Local time: 16:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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. The estimated total value in II.1.5) should be treated as a rough guide and not a constraint. This framework will be accessible to existing and new HALA members. HALA cannot accurately predict the growth in its membership or individual members' expenditure. Expenditure could significantly exceed the estimated total value in the event of high demand.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Croydon:-Legal-services./4Y8S3J3N5H

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/4Y8S3J3N5H

GO Reference: GO-2022328-PRO-19872661

VI.4) Procedures for review

VI.4.1) Review body

Optivo

Grosvenor House, 125 High Street

Croydon

CR0 9XP

UK

Telephone: +44 2071134020

E-mail: HALA@KennedyCater.com

VI.4.2) Body responsible for mediation procedures

The High Court,

Royal Courts of Justice The Strand,

London

WC2A 2LL

UK

Telephone: +44 2079476000

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Optivo will observe a 10-day standstill period calculated in accordance with the Public Contracts Regulations 2015. Under those regulations, aggrieved bidders may by way of proceedings in the High Court seek relief in respect of alleged breaches of the Public Contracts Regulations 2015 which may include declaring any award ineffective and/or seeking damages. After the expiry of the 10-day standstill period, Optivo will, unless prevented by order of the court, conclude and enter all framework agreements.

VI.4.4) Service from which information about the review procedure may be obtained

Optivo, c/o Kennedy Cater Ltd,

Grosvenor House,, 125 High Street,

Croydon

CR0 9XP

UK

Telephone: +44 2071134020

VI.5) Date of dispatch of this notice

28/03/2022

Coding

Commodity categories

ID Title Parent category
79100000 Legal services Business services: law, marketing, consulting, recruitment, printing and security

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
HALA@KennedyCater.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.