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

Legal Services Framework

  • First published: 25 May 2022
  • Last modified: 25 May 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:
ocds-h6vhtk-033dfd
Published by:
Peabody Trust
Authority ID:
AA70470
Publication date:
25 May 2022
Deadline date:
23 June 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 – Asset Management and Property

•Landlord & Tenant - service charge

•Commercial Property - general

•Rights of First Refusal

•Property matters including party walls, boundaries, easements & way-leaves

•Security Charging work

•Related dispute resolution

•Environmental law

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Peabody Trust

45 Westminster Bridge Road

London

SE1 7JB

UK

Contact person: Caroline Lamont

Telephone: +44 7796103592

E-mail: caroline.lamont@peabody.org.uk

NUTS: UKI

Internet address(es)

Main address: www.peabody.org.uk

Address of the buyer profile: www.peabody.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/tenders/UK-UK-London:-Legal-services./6VW4CH885V


Additional information can be obtained from the abovementioned address


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


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Legal Services Framework

II.1.2) Main CPV code

79100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Peabody is seeking to appoint a number of legal service providers to enter into Call-Off agreements in one or more specified Lots for Legal Services

II.1.5) Estimated total value

Value excluding VAT: 16 000 000.00  GBP

II.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:

Lot 1 – Asset Management and Property

Lot 2 – Development and Construction

Lot 3 – Corporate, Commercial and Governance

Lot 4 – Corporate Finance and Treasury

Lot 5 – Residential Conveyancing

Lot 6 – Care & Support

Lot 7 – Major Contract/ Commercial Disputes

II.2) Description

Lot No: 1

II.2.1) Title

Asset Management and Property

II.2.2) Additional CPV code(s)

79100000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Lot 1 – Asset Management and Property

•Landlord & Tenant - service charge

•Commercial Property - general

•Rights of First Refusal

•Property matters including party walls, boundaries, easements & way-leaves

•Security Charging work

•Related dispute resolution

•Environmental law

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: 4 500 000.00  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

Envisaged minimum number: 5

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

II.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6VW4CH885V

Lot No: 2

II.2.1) Title

Development and Construction

II.2.2) Additional CPV code(s)

79100000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Lot 2 – Development and Construction

•Site acquisitions and title verification work

•Development Agreements

•Planning, including Section 106 agreements

•Planning litigation and dispute work

•Construction law related advice including JCT Building contracts, licenses, performance bonds, appointments and warranties

•Environmental issues

•Infrastructure agreements e.g. Section 38. 104 and 287 agreements

•Building licences/leases

•Novation agreements

•Construction Joint Ventures

•Drafting of/advice on construction contract conditions including but not limited to the common forms of building/engineering contracts

•Advice relating to construction contractual disputes

•Guidance on legal developments, such as new legislation and their impact (e.g. Construction Act 2010)

•Advice (including the drafting of relevant provisions) on such other matters as consultant appointments, etc.

•Related dispute resolution

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: 3 500 000.00  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

Envisaged minimum number: 5

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

II.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6VW4CH885V

Lot No: 3

II.2.1) Title

Corporate, Commercial and Governance

II.2.2) Additional CPV code(s)

79100000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Lot 3 – Corporate, Commercial and Governance

•Group Structure, Governance, Charity Law and Policy

•Community Investment activities, Fundraising

•Mergers & Acquisitions and related due diligence

•Regulatory issues

•Health & Safety law and procedure, including corporate responsibility

•Company Secretarial matters

•General Contracts and commercial law

•ICT Contracts

•Services Contracts

•Employment and Pensions (including TUPE issues)

•Employment contracts and disputes (including tribunal claims and settlement agreements)

•Tax advice, including (but not limited to) VAT and Stamp Duty Land Tax

•Intellectual Property and Data Protection

•Company, Charity and Industrial & Provident Society law, regulation and best practice

•Compliance with relevant EU Directives and UK legislation/regulations relating to procurement including:

oPQQ drafting/evaluation

oITT drafting/evaluation

•Unsuccessful Application/Bidder feedback and matters arising therefrom such as the Remedies Directive 2009

•Fraud

•Shared services advice

•Related dispute resolution

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: 2 500 000.00  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

Envisaged minimum number: 5

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

II.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6VW4CH885V

Lot No: 4

II.2.1) Title

Corporate Finance and Treasury

II.2.2) Additional CPV code(s)

79100000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Lot 4 – Corporate Finance and Treasury

•Financing including those sourced from banks, the capital markets, private placement, any form of private equity and inter-company loans

•On-lending arrangements

•Loan security

•Advice on launching new product services such as mortgage products, affordable rent products etc.

•Consumer Credit Licences

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: 1 000 000.00  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

Envisaged minimum number: 5

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

II.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6VW4CH885V

Lot No: 5

II.2.1) Title

Residential Conveyancing

II.2.2) Additional CPV code(s)

79100000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Residential Conveyancing

•Development Plot Sales – freehold & leasehold, including shared ownership

•Shared ownership stair-casing

•Non-development related residential sales and acquisitions (freehold and leasehold)

•Leasehold Management (inc. statutory notices)

•Right to Manage

•Enfranchisement

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: 2 000 000.00  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

Envisaged minimum number: 5

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

II.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6VW4CH885V

Lot No: 6

II.2.1) Title

Care & Support

II.2.2) Additional CPV code(s)

79100000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Lot 6 – Care & Support

•Care and Support contracts with Local Authorities and other commissioners

•Regulatory advice for Health and Social Care activities

•Contract management within Health and Social Care

•Subcontracting arrangements

•Related Procurement advice

•Related Disputes advice

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: 1 500 000.00  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

Envisaged minimum number: 5

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

II.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6VW4CH885V

Lot No: 7

II.2.1) Title

Major Contract/ Commercial Disputes

II.2.2) Additional CPV code(s)

79100000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Lot 7 – Major Contract/ Commercial Disputes

• Major Contract/ Commercial Disputes, particularly as they relate to development agreements and long-term maintenance and asset management contracts

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: 1 000 000.00  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

Envisaged minimum number: 5

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

II.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6VW4CH885V

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted 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: 23/06/2022

Local time: 17:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 29/07/2022

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)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

2026

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

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. This procurement is being conducted by Peabody Trust on behalf of itself and all present and future members of the Peabody Group

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-Legal-services./6VW4CH885V

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/6VW4CH885V

GO Reference: GO-2022524-PRO-20189564

VI.4) Procedures for review

VI.4.1) Review body

High Courts of Justice of The Royal Court of Justice

The Strand

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

Peabody Trust

Minster Court

London

SE1 7JB

UK

Telephone: +44 2038284233

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

Peabody Trust

Minster Court

London

SE1 7JB

UK

Telephone: +44 2038284233

VI.5) Date of dispatch of this notice

24/05/2022

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:
caroline.lamont@peabody.org.uk
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.