UK-Preston: Legal services.
UK-Preston: Legal services.
Section I: Contracting Authority
		I.1) Name and addresses
				 Places for People Group Limited
				 4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
				 Email: purchasing@placesforpeople.co.uk
				 Main Address: www.placesforpeople.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
				 NUTS Code: UK
		I.2) Joint procurement
		The contract involves joint procurement:  No.
		In the case of joint procurement involving different countries, state applicable national procurement law:  Not provided 		
		The contract is awarded by a central purchasing body:  Yes.
		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-Preston:-Legal-services./MS6Z554GD2 
		Additional information can be obtained from:  the abovementioned address 
		Tenders or requests to participate must be sent  to the abovementioned 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:  Not provided 
		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 DPS 		
		Reference Number:   Not provided 
		II.1.2) Main CPV Code: 
		79100000 - Legal services.
 
		II.1.3) Type of contract:  SERVICES 
		II.1.4) Short description:  Procurement Hub are seeking to appoint on a multiple supply basis qualified service providers who can deliver a series of Legal Services and as such, Procurement Hub wish to form and let a Legal Services DPS which will be utilised and owned by Places for People Procurement Hub. It is intended that this DPS will be capable of being used by contracting authorities in the United Kingdom. 
This procurement is being undertaken by Places for People the contracting authority for itself and as lead authority for the benefit of other organisations that will be set out in the contract notice.  Accordingly, it is the intention that these other UK public organisations should be able to rely on this procurement to purchase such goods and services without the need for any further procurement process.  The Hub can be joined by Contracting Authorities and stream-lines processes for members of the Hub, reducing time and expense incurred in such procurement processes. 		
		II.1.5) Estimated total value:
		Value excluding VAT:  Not Provided 		
		Currency:  Not Provided 
		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:  Not provided 
		The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  Not provided 
II.2) Description
     II.2) Description  Lot No. 1 
		
		II.2.1) Title:  Legal Services DPS - Property Lot 		
		Lot No:  1  		
		II.2.2) Additional CPV codes:
		79100000 - Legal services.
 		
		II.2.3) Place of performance: 
		UK UNITED KINGDOM 
  		
		II.2.4) Description of procurement:  Lot 1. Property
Commercial Property
a) Non-contentious work
b) Contentious work
Residential Property
a) Non-contentious work
b) Contentious work
Please note this lot excludes development related work and regulated tenancies. A full list is provided within the tender documentation.
It is important to note that the services listed under this lot are designed to be indicative of the types of legal services that will be required but this is not intended to be exhaustive. 
		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:  Not provided 		
		Currency:  Not provided 		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Duration in months: 120 		
		This contract is subject to renewal:   No  		
		Description of renewals:  Not provided 
		II.2.9) Information about the limits on the number of candidates to be invited:
				 Envisaged minimum number: 1 
		 		
		Objective criteria for choosing the limited number of candidates:  Not provided  
		II.2.10) Information about variants: 
		Variants will be accepted: No 
		II.2.11) Information about options:
		Options:		 No 				
		Description of options:  Not provided 
		II.2.12) Information about electronic catalogues: 
		Tenders must be presented in the form of electronic catalogues or include an electronic catalogue:  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 		
		Identification of the project: Not provided 				
		II.2.14) Additional information:  To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/MS6Z554GD2
For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/ 		
     II.2) Description  Lot No. 2 
		
		II.2.1) Title:  Legal Services DPS - Development Lot 		
		Lot No:  2  		
		II.2.2) Additional CPV codes:
		79100000 - Legal services.
 		
		II.2.3) Place of performance: 
		UK UNITED KINGDOM 
  		
		II.2.4) Description of procurement:  Lot 2. Development
- New build plot sale – leasehold and freehold
- Auction sale and purchase
- Public private partnerships
- Site development and assembly
- Options to purchase
- Acquisitions/disposals of land/buildings
- 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
- Construction Agreements (including collateral warranties)
- Contentious Construction
- Novation agreements
- Wayleaves and other utility agreements
- Building licences
- Grant agreements
- Health and safety
- Overage
- Planning advice
- Property taxation advice
- Procurement and contractual matters
- Development disputes (including litigation)
- Environmental issues
- Dilapidations
- Adverse possession including traveller issues
- Disposals of ground rents
- Central Government, Government Agency and Local Authority funding and delivery agreements
- Delivery Panel Agreements (e.g. the HCA’s Delivery Partner Panel and the GLA’ Developer Partner Panel)
- Joint ventures/profit share agreements
- Retirement developments (special requirements / adaptive). Specialist knowledge in relation to retirement products e.g. planning, leases, event fees and ongoing charges. 
It is important to note that the services listed under this lot are designed to be indicative of the types of legal services that will be required but this is not intended to be exhaustive 
		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:  Not provided 		
		Currency:  Not provided 		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Duration in months: 120 		
		This contract is subject to renewal:   No  		
		Description of renewals:  Not provided 
		II.2.9) Information about the limits on the number of candidates to be invited:
				 Envisaged minimum number: 1 
		 		
		Objective criteria for choosing the limited number of candidates:  Not provided  
		II.2.10) Information about variants: 
		Variants will be accepted: No 
		II.2.11) Information about options:
		Options:		 No 				
		Description of options:  Not provided 
		II.2.12) Information about electronic catalogues: 
		Tenders must be presented in the form of electronic catalogues or include an electronic catalogue:  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 		
		Identification of the project: Not provided 				
		II.2.14) Additional information:  For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/ 		
     II.2) Description  Lot No. 3 
		
		II.2.1) Title:  Legal Services DPS - Corporate and Finance Lot 		
		Lot No:  3  		
		II.2.2) Additional CPV codes:
		79100000 - Legal services.
 		
		II.2.3) Place of performance: 
		UK UNITED KINGDOM 
  		
		II.2.4) Description of procurement:  Lot 3. Corporate & Finance
- Mergers & acquisitions
- Acquisitions and disposals
- Joint ventures
- Corporate finance
- Financial services regulation
- Corporate insolvency law
- Constitutional issues
- Treasury (debt finance, listed securities, bonds)
- Banking and finance including the raising of bank funding, capital markets issuance and hedging arrangements
- Charging and security work
- Development draw down funding
- Corporate governance
- New business opportunities
- Amalgamations and restructuring
- Stock transfers
- Taxation advice
- Charity law
- Co-operative & Community Benefit societies law
- Constitutional reviews
- Board member powers and responsibilities
- Company secretarial
- Corporate Policies and Procedures
- Debt recovery
- Grant applications e.g. Big Lottery funding
- Fund Management
- Establishment of investment fund platforms both on and off shore with particular regard to:
- Structuring;
- Preparation of detailed heads of terms;
- Preparation of information memorandum/teaser and INREV DDQ;
- Preparation of legal documentation;
- Negotiation of legal documentation; and
- Ancillary documentation and project management
- FCA and financial regulatory support
- Advice with regards to AIFMD
It is important to note that the services listed under this lot are designed to be indicative of the types of legal services that will be required but this is not intended to be exhaustive 
		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:  Not provided 		
		Currency:  Not provided 		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Duration in months: 120 		
		This contract is subject to renewal:   No  		
		Description of renewals:  Not provided 
		II.2.9) Information about the limits on the number of candidates to be invited:
				 Envisaged minimum number: 1 
		 		
		Objective criteria for choosing the limited number of candidates:  Not provided  
		II.2.10) Information about variants: 
		Variants will be accepted: No 
		II.2.11) Information about options:
		Options:		 No 				
		Description of options:  Not provided 
		II.2.12) Information about electronic catalogues: 
		Tenders must be presented in the form of electronic catalogues or include an electronic catalogue:  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 		
		Identification of the project: Not provided 				
		II.2.14) Additional information:  For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/ 		
     II.2) Description  Lot No. 4 
		
		II.2.1) Title:  Legal Services DPS - Employment Lot 		
		Lot No:  4  		
		II.2.2) Additional CPV codes:
		79100000 - Legal services.
 		
		II.2.3) Place of performance: 
		UK UNITED KINGDOM 
  		
		II.2.4) Description of procurement:  Lot 4. Employment
- Employment law (contracts and policies)
- Equal opportunities
- Equality & discrimination
- Employee relations
- Equal pay
- TUPE
- Tribunals
- Grievances and disputes
- Pensions
- Health & safety (employees)
- Organisational change / change management
- Outsourcing / contracting out
It is important to note that the services listed under this lot are designed to be indicative of the types of legal services that will be required but this is not intended to be exhaustive 
		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:  Not provided 		
		Currency:  Not provided 		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Duration in months: 120 		
		This contract is subject to renewal:   No  		
		Description of renewals:  Not provided 
		II.2.9) Information about the limits on the number of candidates to be invited:
				 Envisaged minimum number: 1 
		 		
		Objective criteria for choosing the limited number of candidates:  Not provided  
		II.2.10) Information about variants: 
		Variants will be accepted: No 
		II.2.11) Information about options:
		Options:		 No 				
		Description of options:  Not provided 
		II.2.12) Information about electronic catalogues: 
		Tenders must be presented in the form of electronic catalogues or include an electronic catalogue:  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 		
		Identification of the project: Not provided 				
		II.2.14) Additional information:  For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/ 		
     II.2) Description  Lot No. 5 
		
		II.2.1) Title:  Legal Services DPS - Housing Management Lot 		
		Lot No:  5  		
		II.2.2) Additional CPV codes:
		79100000 - Legal services.
 		
		II.2.3) Place of performance: 
		UK UNITED KINGDOM 
  		
		II.2.4) Description of procurement:  Lot 5. Housing Management
Housing Litigation
- Landlord & tenant matter and disputes
- Disrepair claims
- Anti-social behaviour proceedings (including ASBOs, injunctions, possessions)
- Rent and service charge arrears possession proceedings
- Leasehold recovery and forfeiture action
- Non-rent arrears possession proceedings
- Assured shorthold accelerated possession claims
- Trespassers
- Possession succession and charges
- Evictions
- Gas servicing injunctions
- Supported housing disputes
- Terminating licence agreements and obtaining possession
- Service charge disputes
- Debt recovery
- Access injunctions and other general litigation
- Judicial review defences
General Housing Advice
- Tenancy agreement advice
- Anti-social behaviour advice
- Housing benefit advice
- Welfare reform advice
- Service charge advice
- Estate management board advice
- Managing agents contracts and service level agreements
- Supported and sheltered housing advice
- Advice on complaints
- Dilapidations
- Regulation
- Right to Rent advice
- Human Rights issues
- Equality Act issues
Housing Management Policy Advice
- Drafting and advising on new forms of tenancy & licence agreement
- Rent setting advice including advice on implementation of Government rent control
- Policy drafting, approval and annual health checks
- Advice on procedures - this may include drafting all or part of a procedure
It is important to note that the services listed under this lot are designed to be indicative of the types of legal services that will be required but this is not intended to be exhaustive 
		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:  Not provided 		
		Currency:  Not provided 		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Duration in months: 120 		
		This contract is subject to renewal:   No  		
		Description of renewals:  Not provided 
		II.2.9) Information about the limits on the number of candidates to be invited:
				 Envisaged minimum number: 1 
		 		
		Objective criteria for choosing the limited number of candidates:  Not provided  
		II.2.10) Information about variants: 
		Variants will be accepted: No 
		II.2.11) Information about options:
		Options:		 No 				
		Description of options:  Not provided 
		II.2.12) Information about electronic catalogues: 
		Tenders must be presented in the form of electronic catalogues or include an electronic catalogue:  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 		
		Identification of the project: Not provided 				
		II.2.14) Additional information:  For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/ 		
     II.2) Description  Lot No. 6 
		
		II.2.1) Title:  Legal Services DPS - General Commercial Lot 		
		Lot No:  6  		
		II.2.2) Additional CPV codes:
		79100000 - Legal services.
 		
		II.2.3) Place of performance: 
		UK UNITED KINGDOM 
  		
		II.2.4) Description of procurement:  Lot 6. General Commercial
- Agency and distribution
- Commercial contracts
- Commercial disputes
- Competition law
- Contract advice or drafting
- eCommerce
- Intellectual Property Rights & Trademarks
- Public infrastructure regulation including UK/EU regulation applicable to energy, water, transport and telecommunication industries or any other infrastructure industry
- Public Procurement (including telecoms & IT, contracts and licenses)
- IT and information law including system maintenance & support agreements, defamation and the internet, and intellectual property
- Procurement law
- Regulatory law
- Environmental law
- Sale and acquisition of goods and services
- Data protection and freedom of information
It is important to note that the services listed under this lot are designed to be indicative of the types of legal services that will be required but this is not intended to be exhaustive 
		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:  Not provided 		
		Currency:  Not provided 		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Duration in months: 120 		
		This contract is subject to renewal:   No  		
		Description of renewals:  Not provided 
		II.2.9) Information about the limits on the number of candidates to be invited:
				 Envisaged minimum number: 1 
		 		
		Objective criteria for choosing the limited number of candidates:  Not provided  
		II.2.10) Information about variants: 
		Variants will be accepted: No 
		II.2.11) Information about options:
		Options:		 No 				
		Description of options:  Not provided 
		II.2.12) Information about electronic catalogues: 
		Tenders must be presented in the form of electronic catalogues or include an electronic catalogue:  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 		
		Identification of the project: Not provided 				
		II.2.14) Additional information:  For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/ 		
     II.2) Description  Lot No. 7 
		
		II.2.1) Title:  Legal Services DPS - Leisure Management Lot 		
		Lot No:  7  		
		II.2.2) Additional CPV codes:
		79100000 - Legal services.
 		
		II.2.3) Place of performance: 
		UK UNITED KINGDOM 
  		
		II.2.4) Description of procurement:  Lot 7. Leisure
- Public private partnerships
- Best Value Contracts
- Build Contracts
- Novation agreements
- Wayleaves and other utility agreements
- Building licences
- Leases
- Health and safety
- Planning advice
- Procurement and contractual matters
- Dilapidations and latent defects
- Joint ventures
- Profit share agreements
- Income and utility benchmarking
- TUPE
- Pensions including Admitted Body Status
- Bonds
- NNDR
- Insurance
- Litigation
- Contract Deeds of Variation
- Archive storage
- Digital/scanned library of key company contractual documents
It is important to note that the services listed under this lot are designed to be indicative of the types of legal services that will be required but this is not intended to be exhaustive 
		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:  Not provided 		
		Currency:  Not provided 		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Duration in months: 120 		
		This contract is subject to renewal:   No  		
		Description of renewals:  Not provided 
		II.2.9) Information about the limits on the number of candidates to be invited:
				 Envisaged minimum number: 1 
		 		
		Objective criteria for choosing the limited number of candidates:  Not provided  
		II.2.10) Information about variants: 
		Variants will be accepted: No 
		II.2.11) Information about options:
		Options:		 No 				
		Description of options:  Not provided 
		II.2.12) Information about electronic catalogues: 
		Tenders must be presented in the form of electronic catalogues or include an electronic catalogue:  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 		
		Identification of the project: Not provided 				
		II.2.14) Additional information:  For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/ 		
     II.2) Description  Lot No. 8 
		
		II.2.1) Title:  Legal Services DPS - Healthcare Lot 		
		Lot No:  8  		
		II.2.2) Additional CPV codes:
		79100000 - Legal services.
 		
		II.2.3) Place of performance: 
		UK UNITED KINGDOM 
  		
		II.2.4) Description of procurement:  Lot 8. Healthcare
- Clinical Negligence
- Commissioning Healthcare
- Commercial Dispute Resolution
- Foundation Trusts
- Healthcare, Mental Health and Medical Law
- Healthcare startups
- Practitioners
- Projects (LIFT/PFI/PPP)
- Regulation
- Social Care
It is important to note that the services listed under this lot are designed to be indicative of the types of legal services that will be required but this is not intended to be exhaustive 
		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:  Not provided 		
		Currency:  Not provided 		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Duration in months: 120 		
		This contract is subject to renewal:   No  		
		Description of renewals:  Not provided 
		II.2.9) Information about the limits on the number of candidates to be invited:
				 Envisaged minimum number: 1 
		 		
		Objective criteria for choosing the limited number of candidates:  Not provided  
		II.2.10) Information about variants: 
		Variants will be accepted: No 
		II.2.11) Information about options:
		Options:		 No 				
		Description of options:  Not provided 
		II.2.12) Information about electronic catalogues: 
		Tenders must be presented in the form of electronic catalogues or include an electronic catalogue:  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 		
		Identification of the project: Not provided 				
		II.2.14) Additional information:  For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/ 		
     II.2) Description  Lot No. 9 
		
		II.2.1) Title:  Legal Services DPS - Compliance and Governance Lot 		
		Lot No:  9  		
		II.2.2) Additional CPV codes:
		79100000 - Legal services.
 		
		II.2.3) Place of performance: 
		UK UNITED KINGDOM 
  		
		II.2.4) Description of procurement:  Lot 9. Compliance & Governance
- Corporate Governance
- Business Assurance
- Health & Safety
- Gas Safety
- Electrical Safety
- Safeguarding
- Anti-bribery
- Data Protection
- Freedom of information
- Whistleblowing
- Anti-Money Laundering
- Modern Slavery Act 2015
It is important to note that the services listed under this lot are designed to be indicative of the types of legal services that will be required but this is not intended to be exhaustive 
		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:  Not provided 		
		Currency:  Not provided 		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Duration in months: 120 		
		This contract is subject to renewal:   No  		
		Description of renewals:  Not provided 
		II.2.9) Information about the limits on the number of candidates to be invited:
				 Envisaged minimum number: 1 
		 		
		Objective criteria for choosing the limited number of candidates:  Not provided  
		II.2.10) Information about variants: 
		Variants will be accepted: No 
		II.2.11) Information about options:
		Options:		 No 				
		Description of options:  Not provided 
		II.2.12) Information about electronic catalogues: 
		Tenders must be presented in the form of electronic catalogues or include an electronic catalogue:  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 		
		Identification of the project: Not provided 				
		II.2.14) Additional information:  For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/ 		
     II.2) Description  Lot No. 10 
		
		II.2.1) Title:  Legal Services DPS - Multi-Facet Lot 		
		Lot No:  10  		
		II.2.2) Additional CPV codes:
		79100000 - Legal services.
 		
		II.2.3) Place of performance: 
		UK UNITED KINGDOM 
  		
		II.2.4) Description of procurement:  Lot 10. Multi-Facet
Where a firm can deliver in two or more lots
Comprising of:
Average Pricing 25%
Discount Pricing 25%
Average Quality 25%
Multi-Facet Quality 25% 
		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:  Not provided 		
		Currency:  Not provided 		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Duration in months: 120 		
		This contract is subject to renewal:   No  		
		Description of renewals:  Not provided 
		II.2.9) Information about the limits on the number of candidates to be invited:
				 Envisaged minimum number: 1 
		 		
		Objective criteria for choosing the limited number of candidates:  Not provided  
		II.2.10) Information about variants: 
		Variants will be accepted: No 
		II.2.11) Information about options:
		Options:		 No 				
		Description of options:  Not provided 
		II.2.12) Information about electronic catalogues: 
		Tenders must be presented in the form of electronic catalogues or include an electronic catalogue:  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 		
		Identification of the project: Not provided 				
		II.2.14) Additional information:  For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/ 		
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: 			
		Not Provided 		
		III.1.2) Economic and financial standing 			
		Selection criteria as stated in the procurement documents 		
		List and brief description of selection criteria: 		
		Not Provided 	
		Minimum level(s) of standards possibly required (if applicable) : 		
		Not Provided 	
		III.1.3) Technical and professional ability 	
		Selection criteria as stated in the procurement documents 
		List and brief description of selection criteria: 		
		Not Provided		
		Minimum level(s) of standards possibly required (if applicable) : 			
		Not Provided	
		III.1.5) Information about reserved contracts (if applicable)	
		The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons:  No 		
		The execution of the contract is restricted to the framework of sheltered employment programmes:          No 	
		
	III.2) Conditions related to the contract
		III.2.1) Information about a particular profession 	
		Reference to the relevant law, regulation or administrative provision: 			
		Not Provided  	
		III.2.2) Contract performance conditions 			
		Not Provided 			
		III.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:  No 
Section IV: Procedure
	IV.1) Description RESTRICTED
		IV.1.1) Type of procedure: Restricted	
	
	IV.1.3) Information about a framework agreement or a dynamic purchasing system  	                
			The procurement involves the establishment of a framework agreement - NO 	  	
			The procurement involves the setting up of a dynamic purchasing system 		             
			The dynamic purchasing system might be used by additional purchasers 		  	 
			In the case of framework agreements justification for any duration exceeding 4 years:  Not Provided 	
	
	
	IV.1.6) Information about electronic auction:
		An electronic auction will be used: No 
		Additional information about electronic auction:  Not provided 
	IV.1.8) Information about the Government Procurement Agreement (GPA)
		The procurement is covered by the Government Procurement Agreement: Yes 		
	IV.2) Administrative information
		IV.2.1) Previous publication concerning this procedure:
			Notice number in the OJ S:  2016/S 151 -  273322 		
		IV.2.2) Time limit for receipt of tenders or requests to participate
		 Date: 30/11/2026    Time: 12:00
		IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates:  Not Provided 		
		IV.2.4) Languages in which tenders or requests to participate may be submitted: English, 		
		IV.2.6) Minimum time frame during which the tenderer must maintain the tender:  Not Provided		
		
Section VI: Complementary Information
	VI.1) Information about recurrence
	This is a recurrent procurement: No  	
	Estimated timing for further notices to be published:  Not provided 
	VI.2) Information about electronic workflows
	Electronic ordering will be used  No 		
	Electronic invoicing will be accepted  No 		
	Electronic payment will be used  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.
For more information about this opportunity, please visit the Delta eSourcing portal at: 
https://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Legal-services./MS6Z554GD2
To respond to this opportunity, please click here: 
https://procurementhub.delta-esourcing.com/respond/MS6Z554GD2
 	VI.4) Procedures for review
	VI.4.1) Review body:
				 High Court of England and Wales
		 Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
	VI.4.2) Body responsible for mediation procedures: 
				 High Court of England and Wales
			 Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom 
	VI.4.3) Review procedure
	Precise information on deadline(s) for review procedures: 	
	 Not Provided 	
	VI.4.4) Service from which information about the lodging of appeals may be obtained: 
			 Crown Commercial Services
		 1 Horse Guards Road, London, SW1A 2HQ, United Kingdom 
	VI.5) Date Of Dispatch Of This Notice: 07/06/2019
Annex A