Notice Information
Notice Title
London Boroughs' Legal Alliance (LBLA) Barristers Framework - Lot 2: Children's Services
Notice Description
Please note that this is an award notice and the opportunity is now closed. The Framework Agreement will run for a period of 3 years commencing on 1.1.2020, with an option to extend for a further year. The participating authorities in this procurement are: the City of London Corporation, the London Boroughs of Barnet, Brent, Bromley, Camden, Ealing, Greenwich, Hackney, Hammersmith and Fulham,Haringey, Harrow, Havering, Hillingdon, Hounslow, Islington, Kensington and Chelsea, Newham, Redbridge,Waltham Forest and Westminster; and London Fire Brigade. Other local authorities in London and the South East of England (Berkshire, Buckinghamshire, East Sussex, Hampshire, the Isle of Wight, Kent, Oxfordshire, Surrey and West Sussex) will also be eligible to access the framework. The Framework is awarded by reference to 8 different Lots. Lot 2: Children's Services Care proceedings: - The Children Act 1989, - The Child Abduction and Custody Act, - adoption proceedings, special guardianship and placement orders, - public interest immunity, - judicial review, - functions of the local authority under the Care Act 2014 and relevant legislation relating to children (for example at transition, young carers, etc.), - forced marriage, - advice on international placements and placement of children in other jurisdictions, - injunctions, particularly in the context of social media campaigns involving cases, and generally media advice in children related matters (including social media), - human rights claims, - FGM, - inherent jurisdiction and wardship. The estimated total value of Lot 2 under this the Framework Agreement is stated in Section 1 (Summary Information) of this notice and is for the entire duration, including the optional 12-month extension, together with the call-off contracts. Please note that the contract requirements will be subject to available financial resources, chamber(s) performance and flexibility to meet changing demands. There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Contracting Authority and other participating authorities will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement. Additional information: This procurement process was undertaken using the electronic tendering system 'Capital eSourcing' (url:www.capitalesourcing.com). The procurement was run as a one stage process, resembling the open procedure and its main features - which includes the core elements of the Standard Selection Questionnaire (SQ). Suppliers needed to register an interest on the system and submit a tender submission no later than 12:00 noon on 16.8.2019 in order to participate. The services advertised in this notice fall under the services listed in Annex XIV to Directive 2014/24/EU of the European Parliament and of the Council and the Contracting Authority is not obliged to follow The Public Contracts Regulations 2015 in full. The procurement process that applied to the services were specified in the procurement documents accordingly. The Contracting Authority incorporated a minimum 10 calendar day standstill period at the point information on the award of the Framework Agreement was communicated to tenderers. This period allowed unsuccessful tenderers to challenge the decision to award a Framework Agreement before a contract is executed/signed (as appropriate). If an appeal regarding the award of the Framework Agreement has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). The estimated total value of the framework agreement is 55,000,000.00 GBP - as stated in the OJEU Contract Award Notice (see URL / link below). Please note that this estimated value is for the entire duration, including the optional 12-month extension, together with the call-off contracts.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-24ab89f2-1570-4c3b-a0e0-7cebdb8e29af
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/99cead7b-27e1-450a-a614-4788e00585f2
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79100000 - Legal services
79110000 - Legal advisory and representation services
79130000 - Legal documentation and certification services
79140000 - Legal advisory and information services
Notice Value(s)
- Tender Value
- £23,600,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- £23,600,000 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Feb 20206 years ago
- Submission Deadline
- 16 Aug 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 29 Nov 20196 years ago
- Contract Period
- 1 Jan 2020 - 31 Dec 2022 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CITY OF LONDON CORPORATION
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- EC2P 2EJ
- Post Town
- Central London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI43 Haringey and Islington
- Delivery Location
- TLI London, TLJ South East (England)
-
- Local Authority
- Islington
- Electoral Ward
- Clerkenwell
- Westminster Constituency
- Islington South and Finsbury
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/99cead7b-27e1-450a-a614-4788e00585f2
14th February 2020 - Awarded contract notice on Contracts Finder -
https://ted.europa.eu/udl?uri=TED:NOTICE:76487-2020:TEXT:EN:HTML
Framework Agreement, Official Journal of the European Journal (OJEU) Contract Award Notice reference: 2020/S 032-076487
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-24ab89f2-1570-4c3b-a0e0-7cebdb8e29af-2020-02-14T11:55:10Z",
"date": "2020-02-14T11:55:10Z",
"ocid": "ocds-b5fd17-24ab89f2-1570-4c3b-a0e0-7cebdb8e29af",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_209085/831242",
"title": "London Boroughs' Legal Alliance (LBLA) Barristers Framework - Lot 2: Children's Services",
"description": "Please note that this is an award notice and the opportunity is now closed. The Framework Agreement will run for a period of 3 years commencing on 1.1.2020, with an option to extend for a further year. The participating authorities in this procurement are: the City of London Corporation, the London Boroughs of Barnet, Brent, Bromley, Camden, Ealing, Greenwich, Hackney, Hammersmith and Fulham,Haringey, Harrow, Havering, Hillingdon, Hounslow, Islington, Kensington and Chelsea, Newham, Redbridge,Waltham Forest and Westminster; and London Fire Brigade. Other local authorities in London and the South East of England (Berkshire, Buckinghamshire, East Sussex, Hampshire, the Isle of Wight, Kent, Oxfordshire, Surrey and West Sussex) will also be eligible to access the framework. The Framework is awarded by reference to 8 different Lots. Lot 2: Children's Services Care proceedings: - The Children Act 1989, - The Child Abduction and Custody Act, - adoption proceedings, special guardianship and placement orders, - public interest immunity, - judicial review, - functions of the local authority under the Care Act 2014 and relevant legislation relating to children (for example at transition, young carers, etc.), - forced marriage, - advice on international placements and placement of children in other jurisdictions, - injunctions, particularly in the context of social media campaigns involving cases, and generally media advice in children related matters (including social media), - human rights claims, - FGM, - inherent jurisdiction and wardship. The estimated total value of Lot 2 under this the Framework Agreement is stated in Section 1 (Summary Information) of this notice and is for the entire duration, including the optional 12-month extension, together with the call-off contracts. Please note that the contract requirements will be subject to available financial resources, chamber(s) performance and flexibility to meet changing demands. There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Contracting Authority and other participating authorities will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement. Additional information: This procurement process was undertaken using the electronic tendering system 'Capital eSourcing' (url:www.capitalesourcing.com). The procurement was run as a one stage process, resembling the open procedure and its main features - which includes the core elements of the Standard Selection Questionnaire (SQ). Suppliers needed to register an interest on the system and submit a tender submission no later than 12:00 noon on 16.8.2019 in order to participate. The services advertised in this notice fall under the services listed in Annex XIV to Directive 2014/24/EU of the European Parliament and of the Council and the Contracting Authority is not obliged to follow The Public Contracts Regulations 2015 in full. The procurement process that applied to the services were specified in the procurement documents accordingly. The Contracting Authority incorporated a minimum 10 calendar day standstill period at the point information on the award of the Framework Agreement was communicated to tenderers. This period allowed unsuccessful tenderers to challenge the decision to award a Framework Agreement before a contract is executed/signed (as appropriate). If an appeal regarding the award of the Framework Agreement has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). The estimated total value of the framework agreement is 55,000,000.00 GBP - as stated in the OJEU Contract Award Notice (see URL / link below). Please note that this estimated value is for the entire duration, including the optional 12-month extension, together with the call-off contracts.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79100000",
"description": "Legal services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79110000",
"description": "Legal advisory and representation services"
},
{
"scheme": "CPV",
"id": "79130000",
"description": "Legal documentation and certification services"
},
{
"scheme": "CPV",
"id": "79140000",
"description": "Legal advisory and information services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "London",
"countryName": "United Kingdom"
},
{
"region": "South East",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 23600000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2019-08-16T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2020-01-01T00:00:00Z",
"endDate": "2022-12-31T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-CFS-137215",
"name": "City of London Corporation",
"identifier": {
"legalName": "City of London Corporation"
},
"address": {
"streetAddress": "City of London Corporation, Guildhall",
"locality": "London",
"postalCode": "EC2P 2EJ",
"countryName": "England"
},
"contactPoint": {
"name": "Matthew Jones, Senior Category Manager, City Procurement",
"email": "Matthew.Jones@cityoflondon.gov.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-137216",
"name": "Chambers of Jacob Levy QC (9 Gough Square Chambers)",
"identifier": {
"legalName": "Chambers of Jacob Levy QC (9 Gough Square Chambers)"
},
"address": {
"streetAddress": "9 Gough Square, London, Greater London, EC4A 3DG, UNITED KINGDOM"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-137217",
"name": "NEW COURT CHAMBERS",
"identifier": {
"legalName": "NEW COURT CHAMBERS"
},
"address": {
"streetAddress": "NEW COURT TEMPLE, LONDON, Greater London, EC4Y 9BE, UNITED KINGDOM"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-137218",
"name": "Thomas Bingham Chambers Ltd (33 Bedford Row)",
"identifier": {
"legalName": "Thomas Bingham Chambers Ltd (33 Bedford Row)"
},
"address": {
"streetAddress": "33 BEDFORD ROW, LONDON, Greater London, WC1R 4JH, UNITED KINGDOM"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-137219",
"name": "Chambers of Mark Love",
"identifier": {
"legalName": "Chambers of Mark Love"
},
"address": {
"streetAddress": "2 Dr Johnsons Buildings, London, Greater London, EC4Y 7AY, UNITED KINGDOM"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-137220",
"name": "Coram Chambers Ltd",
"identifier": {
"legalName": "Coram Chambers Ltd"
},
"address": {
"streetAddress": "9-11 Fulwood Place, London, Greater London, WC1V 6HG, UNITED KINGDOM"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-137221",
"name": "42 Bedford Row Barristers",
"identifier": {
"legalName": "42 Bedford Row Barristers"
},
"address": {
"streetAddress": "42 Bedford Row, London, Greater London, Holborn, WC1R 4LL, UNITED KINGDOM"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-137222",
"name": "Garden Court Chambers",
"identifier": {
"legalName": "Garden Court Chambers"
},
"address": {
"streetAddress": "57 - 60 Lincoln's Inn Fields, London, Greater London, WC2A 3LJ, UNITED KINGDOM"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-137223",
"name": "Field Court Chambers",
"identifier": {
"legalName": "Field Court Chambers"
},
"address": {
"streetAddress": "5 field court, London, ALTRO, WC1R 5EF, UNITED KINGDOM"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-137224",
"name": "4 Brick Court Chambers Management Ltd",
"identifier": {
"legalName": "4 Brick Court Chambers Management Ltd"
},
"address": {
"streetAddress": "4 Brick Court , London, Greater London, EC4Y 9AD, UNITED KINGDOM"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-137225",
"name": "The 36 Group Ltd",
"identifier": {
"legalName": "The 36 Group Ltd"
},
"address": {
"streetAddress": "4 Field Court, London, Greater London, WC1R 5EF, UNITED KINGDOM"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-137226",
"name": "5 Pump Court Ltd",
"identifier": {
"legalName": "5 Pump Court Ltd"
},
"address": {
"streetAddress": "Temple, London, ALTRO, EC47 7AP, UNITED KINGDOM"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-137215",
"name": "City of London Corporation"
},
"awards": [
{
"id": "ocds-b5fd17-24ab89f2-1570-4c3b-a0e0-7cebdb8e29af-1",
"status": "active",
"date": "2019-11-29T00:00:00Z",
"datePublished": "2020-02-14T11:55:10Z",
"value": {
"amount": 23600000,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-137216",
"name": "Chambers of Jacob Levy QC (9 Gough Square Chambers)"
},
{
"id": "GB-CFS-137217",
"name": "NEW COURT CHAMBERS"
},
{
"id": "GB-CFS-137218",
"name": "Thomas Bingham Chambers Ltd (33 Bedford Row)"
},
{
"id": "GB-CFS-137219",
"name": "Chambers of Mark Love"
},
{
"id": "GB-CFS-137220",
"name": "Coram Chambers Ltd"
},
{
"id": "GB-CFS-137221",
"name": "42 Bedford Row Barristers"
},
{
"id": "GB-CFS-137222",
"name": "Garden Court Chambers"
},
{
"id": "GB-CFS-137223",
"name": "Field Court Chambers"
},
{
"id": "GB-CFS-137224",
"name": "4 Brick Court Chambers Management Ltd"
},
{
"id": "GB-CFS-137225",
"name": "The 36 Group Ltd"
},
{
"id": "GB-CFS-137226",
"name": "5 Pump Court Ltd"
}
],
"contractPeriod": {
"startDate": "2020-01-01T00:00:00Z",
"endDate": "2022-12-31T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/99cead7b-27e1-450a-a614-4788e00585f2",
"datePublished": "2020-02-14T11:55:10Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Framework Agreement, Official Journal of the European Journal (OJEU) Contract Award Notice reference: 2020/S 032-076487",
"url": "https://ted.europa.eu/udl?uri=TED:NOTICE:76487-2020:TEXT:EN:HTML"
}
]
}
]
}