Award

London Boroughs' Legal Alliance (LBLA) Barristers Framework - Lot 6: Planning

CITY OF LONDON CORPORATION

This public procurement record has 1 release in its history.

Award

14 Feb 2020 at 11:58

Summary of the contracting process

The London Boroughs' Legal Alliance has awarded the Barristers Framework under Lot 6: Planning for a total estimated value of £9,200,000. This framework agreement, which commenced on 1 January 2020 and runs for three years with an option for a one-year extension, involves multiple local authorities from London and the South East of England. The procurement process was conducted using an open procedure and was finalised on 14 February 2020, following a tender period that ended on 16 August 2019.

This contract presents significant opportunities for small and medium-sized enterprises (SMEs) specialising in legal services, particularly in planning law. Businesses that provide legal advisory and representation services, particularly in areas such as planning appeals, enforcement notices, and local development frameworks, are well-suited to compete for call-off contracts under this framework. Engaging in this procurement process can enable firms to expand their client base within the public sector, potentially leading to sustained growth and development in the legal services industry.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

London Boroughs' Legal Alliance (LBLA) Barristers Framework - Lot 6: Planning

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 6: Planning: - planning appeals, - enforcement notices including injunctions, - listed buildings, - highways, - housing/retail, - S106 Agreements, - local development frameworks/schemes, - TPOs, - CIL, - town and village greens, - mixed use developments, - CPOs, - judicial review, - injunctions, - appropriation, - regeneration, - procurement, - other general planning advice. The estimated total value of Lot 6 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-8de06447-dee3-483c-bd7d-cfb4640db36d
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/f56f6c84-3796-4885-af46-aa9074df3294
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
£9,200,000 £1M-£10M
Lots Value
Not specified
Awards Value
£9,200,000 £1M-£10M
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
17 Jan 20206 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

Contracting Authority (Buyer)

Main Buyer
CITY OF LONDON CORPORATION
Contact Name
Matthew Jones, Senior Category Manager, City Procurement
Contact Email
matthew.jones@cityoflondon.gov.uk
Contact Phone
Not specified

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

Supplier Information

Number of Suppliers
5
Supplier Names

12CP BARRISTERS

39 ESSEX CHAMBERS

CORNERSTONE BARRISTERS

FRANCIS TAYLOR BUILDING CHAMBERS

LANDMARK CHAMBERS

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-b5fd17-8de06447-dee3-483c-bd7d-cfb4640db36d-2020-02-14T11:58:34Z",
    "date": "2020-02-14T11:58:34Z",
    "ocid": "ocds-b5fd17-8de06447-dee3-483c-bd7d-cfb4640db36d",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_209085/831444",
        "title": "London Boroughs' Legal Alliance (LBLA) Barristers Framework - Lot 6: Planning",
        "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 6: Planning: - planning appeals, - enforcement notices including injunctions, - listed buildings, - highways, - housing/retail, - S106 Agreements, - local development frameworks/schemes, - TPOs, - CIL, - town and village greens, - mixed use developments, - CPOs, - judicial review, - injunctions, - appropriation, - regeneration, - procurement, - other general planning advice. The estimated total value of Lot 6 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": 9200000,
            "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-137237",
            "name": "39 Essex Chambers LLP",
            "identifier": {
                "legalName": "39 Essex Chambers LLP"
            },
            "address": {
                "streetAddress": "81 Chancery Lane, London , Greater London, WC2A 1DD, UNITED KINGDOM"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-137229",
            "name": "Cornerstone Barristers",
            "identifier": {
                "legalName": "Cornerstone Barristers"
            },
            "address": {
                "streetAddress": "2-3 Grays Inn Square, London, Greater London, WC1R 5JH, UNITED KINGDOM"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-137238",
            "name": "12CP Barristers",
            "identifier": {
                "legalName": "12CP Barristers"
            },
            "address": {
                "streetAddress": "20 Carlton Crescent, Southampton, Hampshire, SO15 2ET, UNITED KINGDOM"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-137230",
            "name": "Landmark Chambers",
            "identifier": {
                "legalName": "Landmark Chambers"
            },
            "address": {
                "streetAddress": "180 Fleet Street, London, Greater London, EC4A 2HG, UNITED KINGDOM"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-137239",
            "name": "Francis Taylor Building Chambers",
            "identifier": {
                "legalName": "Francis Taylor Building Chambers"
            },
            "address": {
                "streetAddress": "Inner Temple, London, Greater London, EC4Y 7BY, UNITED KINGDOM"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-137215",
        "name": "City of London Corporation"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-8de06447-dee3-483c-bd7d-cfb4640db36d-1",
            "status": "active",
            "date": "2020-01-17T00:00:00Z",
            "datePublished": "2020-02-14T11:58:34Z",
            "value": {
                "amount": 9200000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-137237",
                    "name": "39 Essex Chambers LLP"
                },
                {
                    "id": "GB-CFS-137229",
                    "name": "Cornerstone Barristers"
                },
                {
                    "id": "GB-CFS-137238",
                    "name": "12CP Barristers"
                },
                {
                    "id": "GB-CFS-137230",
                    "name": "Landmark Chambers"
                },
                {
                    "id": "GB-CFS-137239",
                    "name": "Francis Taylor Building Chambers"
                }
            ],
            "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/f56f6c84-3796-4885-af46-aa9074df3294",
                    "datePublished": "2020-02-14T11:58:34Z",
                    "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"
                }
            ]
        }
    ]
}