Skip to main content.

Procurement Hub: Legal Services DPS

  Procurement Hub is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Legal Services DPS
Notice type: Contract Notice
Authority: Procurement Hub
Nature of contract: Services
Procedure: Restricted
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.
Published: 07/06/2019 12:21
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

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


View any Notice Addenda

View Award Notice

UK-Preston: Legal services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Hyde Housing Association Limited - Legal Panel for Complex Matters            
      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: Hyde Housing appointed a panel of expert law firms to provide legal advice on complex matters of strategic importance to Hyde.

All suppliers invited to this opportunity has passed the minimum requirements of Procurement Hub's Legal services DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-272302.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Hyde Housing appointed a panel of expert law firms to provide legal advice on complex matters of strategic importance to Hyde.

All suppliers invited to this opportunity has passed the minimum requirements of Procurement Hub's Legal services DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-272302.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 70
                  
      Price - Weighting: 30
            

      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: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2019/S 111-272302
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/11/2020

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 12

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Gowling WLG (UK) LLP, OC304378
             4 More London Riverside, Southwark, Bermondsey & Old Southwork, SE1 2AU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             CMS Cameron McKenna Nabarro Olswang LLP, OC310335
             78 Cannon Street, London, City of London, EC4N 6AF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Herbert Smith Freehills LLP, OC310989
             16th Floor, 40 Bank Street, Canary Wharf, London, E14 5NR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Norton Rose Fulbright LLP, OC328697
             3 More London Riverside, Southwark, Bermondsey & Old Southwork, SE1 2AQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 1,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=572773345

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 04/03/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Hyde Housing Association Ltd
       30 Park Street, London, SE1 9EQ, United Kingdom
       Email: info@hyde-housing.co.uk
       Main Address: https://www.hyde-housing.co.uk/
       NUTS Code: UK



UK-Preston: Legal services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Accent Housing - Development & Growth Legal Panel            
      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: As part of Accent’s strategic objective to develop more than 2000 new homes over the next 4 years, we want to set up a Legal Services Panel to support our Development and Growth team, legal services providers who can handle all aspects of the purchase of land for the purpose of developing social housing and also the sale of houses, including on the basis of shared ownership.

All Suppliers invited to this opportunity have passed the minimum requirements to the Procurement Hub's Legal Services Dynamic Purchasing System Official Journal of the European Union (“OJEU”) reference number 2019/S 111-272302.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 620,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Legal Services - Lot 1 - North   
      Lot No:1

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Description of the procurement: As part of Accent’s strategic objective to develop more than 2000 new homes over the next 4 years, we want to set up a Legal Services Panel to support our Development and Growth team, legal services providers who can handle all aspects of the purchase of land for the purpose of developing social housing and also the sale of houses, including on the basis of shared ownership.

All Suppliers invited to this opportunity have passed the minimum requirements to the Procurement Hub's Legal Services Dynamic Purchasing System Official Journal of the European Union (“OJEU”) reference number 2019/S 111-272302.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 70
                  
      Price - Weighting: 30
            

      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: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Legal Services - Lot 2 - East   
      Lot No:2

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: As part of Accent’s strategic objective to develop more than 2000 new homes over the next 4 years, we want to set up a Legal Services Panel to support our Development and Growth team, legal services providers who can handle all aspects of the purchase of land for the purpose of developing social housing and also the sale of houses, including on the basis of shared ownership.

All Suppliers invited to this opportunity have passed the minimum requirements to the Procurement Hub's Legal Services Dynamic Purchasing System Official Journal of the European Union (“OJEU”) reference number 2019/S 111-272302.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 70
                  
      Price - Weighting: 30
            

      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: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Legal Services - Lot 3 - South   
      Lot No:3

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: As part of Accent’s strategic objective to develop more than 2000 new homes over the next 4 years, we want to set up a Legal Services Panel to support our Development and Growth team, legal services providers who can handle all aspects of the purchase of land for the purpose of developing social housing and also the sale of houses, including on the basis of shared ownership.

All Suppliers invited to this opportunity have passed the minimum requirements to the Procurement Hub's Legal Services Dynamic Purchasing System Official Journal of the European Union (“OJEU”) reference number 2019/S 111-272302.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 70
                  
      Price - Weighting: 30
            

      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: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2019/S 111-272302
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Lot 1 - North

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2021

      V.2.2) Information about tenders
         Number of tenders received: 17
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 17

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Brabners LLP, OC309501
             Horton House, Exchange Flags, Liverpool, L2 3YL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Shoosmiths LLP, OC374987
             Waterfront House, 35 Station Street, Nottingham, Nottinghamshire, NG2 3DQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Penningtons Manches Cooper LLP, OC311575
             125 Wood Street, London, EC2V 7AW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Muckle LLP, OC315403
             Time Central, 32 Gallowgate, Newcastle upon Tyne, Tyne and Wear, NE1 4BF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Bevan Brittan LLP, OC309219
             Kings Orchard, Bristol, BS2 0HQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 186,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Lot 2 - East

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2021

      V.2.2) Information about tenders
         Number of tenders received: 17
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 17

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Brabners LLP, OC309501
             Horton House, Exchange Flags, Liverpool, L2 3YL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Shoosmiths LLP, OC374987
             Waterfront House, 35 Station Street, Nottingham, Nottinghamshire, NG2 3DQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Penningtons Manches Cooper LLP, OC311575
             125 Wood Street, London, EC2V 7AW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Muckle LLP, OC315403
             Time Central, 32 Gallowgate, Newcastle upon Tyne, Tyne and Wear, NE1 4BF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Perrin Myddelton, 10359524
             Station Road, Harpenden, AL5 4US, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Bevan Brittan LLP, OC309219
             Kings Orchard, Bristol, BS2 0HQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Devonshires Solicitors LLP, OC397401
             30 Finsbury Circus, London, EC2M 7DT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 310,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Lot 3 - South

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2021

      V.2.2) Information about tenders
         Number of tenders received: 14
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 14

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Shoosmiths LLP, OC374987
             Waterfront House, 35 Station Street, Nottingham, Nottinghamshire, NG2 3DQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Muckle LLP, OC315403
             Time Central, 32 Gallowgate, Newcastle upon Tyne, Tyne and Wear, NE1 4BF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Perrin Myddelton, 10359524
             Station Road, Harpenden, AL5 4US, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Bevan Brittan LLP, OC309219
             Kings Orchard, Bristol, BS2 0HQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Penningtons Manches Cooper LLP, OC311575
             125 Wood Street, London, EC2V 7AW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 124,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=573383374

   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 review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom

   VI.5) Date of dispatch of this notice: 04/03/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Accent Housing
       Charlestown House, Acorn Park Industrial Estate, Charlestown, Shipley, West Yorkshire, BD17 7SW, United Kingdom
       Email: info@AccentGroup.org
       Main Address: https://www.accentgroup.org/
       NUTS Code: UK



UK-Preston: Legal services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: whg - Multi Facet (Property & Development) Legal Panel            
      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: whg sought to appoint a number of legal firms onto a Panel to provide legal advice and services across the following areas:

Lot 10 – Multi-Facet Lot (Property & Development only)

All Suppliers invited to this opportunity have passed the minimum requirements to the Procurement Hub's Legal Services Dynamic Purchasing System Official Journal of the European Union (“OJEU”) reference number 2019/S 111-272302.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,200,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: whg sought to appoint a number of legal firms onto a Panel to provide legal advice and services across the following areas:

Lot 10 – Multi-Facet Lot (Property & Development only)

All Suppliers invited to this opportunity have passed the minimum requirements to the Procurement Hub's Legal Services Dynamic Purchasing System Official Journal of the European Union (“OJEU”) reference number 2019/S 111-272302.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 80
                  
      Price - Weighting: 20
            

      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: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2019/S 111-272302
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2021

      V.2.2) Information about tenders
         Number of tenders received: 14
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 14

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Roythornes Solicitors Limited, 06611251
             Enterprise Way, Spalding, PE11 3YR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Shakespeare Martineau LLP, OC319029
             1 Colmore Square, Birmingham, B4 6AA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Devonshires Solicitors, OC397401
             30 Finsbury Circus, London, EC2M 7DT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Trowers & Hamlins LLP, OC337852
             3 Bunhill Row, Islington, Greater London, EC1Y 8YZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Shoosmiths LLP, OC375033
             Waterfront House, 35 Station Street, Nottingham, Nottinghamshire, NG2 3DQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Weightmans LLP, OC326117
             The Plaza, 100 Old Hall Street, Liverpool, L3 9QJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Forbes Solicitors, OC433300
             Rutherford House, 4 Wellington St (St Johns), Blackburn, BB1 8DD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 2,200,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=576042549

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 16/03/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       whg Housing Association
       100 Hatherton street, Walsall, WS1 1AB, United Kingdom
       Email: info@whgrp.co.uk
       Main Address: https://www.whg.uk.com/
       NUTS Code: UK



UK-Preston: Legal services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Ebbsfleet Development Corporation - Project Delivery and Planning Legal Services            
      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: EDC required expert, professional legal services suppliers to support both our project delivery and planning functions. The Ebbsfleet Development Corporation has appointed two separate suppliers to the Project Delivery (Lot 1) and Planning (Lot 2) functions.

Lot 1 - Project Delivery and General Legal Services EDC is sought the provision of specialist legal advice relating a wide range of matters pertaining to project delivery. The EDC is sought a “One Stop Shop” approach from a substantial team able to draw from a broad range of in-house specialists across the various fields.

Lot 2 - Planning Legal Services EDC is sought the provision of specialist legal advice to support its role as Local Planning Authority (excluding plan making).

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Legal Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272302.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 8,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1: Projects Delivery   
      Lot No:1

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: EDC required expert, professional legal services suppliers to support both our project delivery and planning functions. The Ebbsfleet Development Corporation has appointed two separate suppliers to the Project Delivery (Lot 1) and Planning (Lot 2) functions.

Lot 1 - Project Delivery and General Legal Services EDC is sought the provision of specialist legal advice relating a wide range of matters pertaining to project delivery. The EDC is sought a “One Stop Shop” approach from a substantial team able to draw from a broad range of in-house specialists across the various fields.

Lot 2 - Planning Legal Services EDC is sought the provision of specialist legal advice to support its role as Local Planning Authority (excluding plan making).

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Legal Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272302.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 70
                  
      Price - Weighting: 30
            

      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: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2: Planning Services   
      Lot No:2

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: EDC required expert, professional legal services suppliers to support both our project delivery and planning functions. The Ebbsfleet Development Corporation has appointed two separate suppliers to the Project Delivery (Lot 1) and Planning (Lot 2) functions.

Lot 1 - Project Delivery and General Legal Services EDC is sought the provision of specialist legal advice relating a wide range of matters pertaining to project delivery. The EDC is sought a “One Stop Shop” approach from a substantial team able to draw from a broad range of in-house specialists across the various fields.

Lot 2 - Planning Legal Services EDC is sought the provision of specialist legal advice to support its role as Local Planning Authority (excluding plan making).

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Legal Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272302.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 70
                  
      Price - Weighting: 30
            

      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: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2019/S 111-272302
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Lot 1: Projects Delivery

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/03/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Pinsent Masons LLP, OC333653
             30 Crown Place, London, Greater London, EC2A 4ES, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 7,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Lot 2: Planning Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/03/2022

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Gowling WLG (UK) LLP, OC304378
             4 More London Riverside, Southwark, Bermondsey & Old Southwork, SE1 2AU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 1,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=661209656

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 22/04/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       The Observatory
       Castle Hill Drive, Castle Hill, Ebbsfleet Valley, DA10 1EE, United Kingdom
       Email: info@ebbsfleetdc.org.uk
       Main Address: https://ebbsfleetdc.org.uk/
       NUTS Code: UK



UK-Preston: Legal services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, 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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Legal Services Panel 2022 - Lot 2 Development – Scottish Development Projects            
      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: Places for People is sought to appoint ONE legal firm onto the below Panel, that will last for 3 years to 2025, to provide legal advice and services across the following areas:

Lot 2- Development (specialising in Placemaking Regeneration projects) for Scotland.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Legal Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272302.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 6,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title: Not Provided    
      Lot No:n/a

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Places for People is sought to appoint ONE legal firm onto the below Panel, that will last for 3 years to 2025, to provide legal advice and services across the following areas:

Lot 2- Development (specialising in Placemaking Regeneration projects) for Scotland.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Legal Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272302.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 70
                  
      Price - Weighting: 30
            

      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: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2019/S 111-272302
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2022

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Anderson Strathern LLP, SO301485
             1 Rutland Court, Edinburgh, Midlothian, EH3 8EY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=716243169

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 24/08/2022




UK-Preston: Legal services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Legal Services Panel 2022 - Lot 2 Development - Placemaking Regeneration            
      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: Places for People is sought to appoint ONE legal firm onto the below Panel, that will last for 3 years to 2025, to provide legal advice and services across the following areas:

Lot 2- Development (specialising in Placemaking Regeneration projects)

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Legal Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272302.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 6,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title: Not Provided    
      Lot No:n/a

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Places for People is sought to appoint ONE legal firm onto the below Panel, that will last for 3 years to 2025, to provide legal advice and services across the following areas:

Lot 2- Development (specialising in Placemaking Regeneration projects)

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Legal Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272302.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 70
                  
      Price - Weighting: 30
            

      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: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2019/S 111-272302
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2022

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Osborne Clarke LLP, OC397443
             One London Wall, London, EC2Y 5EB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=716332803

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 24/08/2022




UK-Preston: Legal services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, 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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Legal Services Panel 2022 - Lot 3 – Corporate & Finance - (Banking, Finance & Capital Markets) Additions            
      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: Places for People is sought to appoint ONE legal firm onto the below Panel, that will last for 3 years to 2025, to provide legal advice and services across the following areas:

Lot 3- Corporate & Finance (specialising in banking, finance and capital markets projects)

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Legal Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272302.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,050,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Places for People is sought to appoint ONE legal firm onto the below Panel, that will last for 3 years to 2025, to provide legal advice and services across the following areas:

Lot 3- Corporate & Finance (specialising in banking, finance and capital markets projects)

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Legal Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 111-272302.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 70
                  
      Cost criterion - Name: Price / Weighting: 30
            

      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: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2019/S 111-272302
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 08/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Allen & Overy LLP, 04434317
             One Bishops Square, London, E1 6AD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 1,050,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=736097771

   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
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 16/11/2022