Award

London Boroughs' Legal Alliance (LBLA) Barristers Framework - Lot 4: Criminal Litigation & Prosecutions

CITY OF LONDON CORPORATION

This public procurement record has 1 release in its history.

Award

14 Feb 2020 at 11:56

Summary of the contracting process

The City of London Corporation has completed the procurement process for the London Boroughs' Legal Alliance (LBLA) Barristers Framework - Lot 4: Criminal Litigation & Prosecutions. This framework agreement, which is valued at £2,700,000, has a contract period commencing on 1st January 2020 and running until 31st December 2022, with a possible one-year extension. The procurement method used was an open procedure, wherein interested suppliers were required to submit their tender by 12:00 noon on 16th August 2019. The framework encompasses legal services related to criminal litigation and prosecutions across various local authorities primarily located in London and the South East of England.

This tender presents significant business growth opportunities for legal service providers, especially those specialising in criminal litigation, regulatory compliance, and local authority enforcement work. Businesses such as chambers of barristers who excel in handling criminal cases, including fraud, health and safety, and housing law matters, would be particularly well-suited to compete for contracts under this framework. With a sizeable estimated total value and the potential for future call-off contracts, suppliers in the legal sector should consider exploring avenues to engage with this framework to expand their service offerings within local authorities.

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 4: Criminal Litigation & Prosecutions

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 4: Criminal Litigation and Prosecutions: - trading standards and health and safety, including food hygiene, - fraud in relation to all areas of local authority activities, including blue badge, social care, tenancy fraud andcorporate fraud, - full range of prosecution/enforcement work undertaken by local authorities including planning, licensing,education, and environmental crime (including fly tipping, nose prosecutions, nuisance, ASB, policing and CareAct), - POCA, - Housing Act 2014 enforcements. The estimated total value of Lot 4 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-cb03bea5-f6fd-44b1-b316-b0877042d247
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/5cd7bf36-3f39-4f3a-8e06-d1fbcfa4462d
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
£2,700,000 £1M-£10M
Lots Value
Not specified
Awards Value
£2,700,000 £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
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

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

Supplier Information

Number of Suppliers
6
Supplier Names

CHAMBERS OF ANDREW CAMPBELL - TIECH QC AND KARIM KHALIL QC

CHAMBERS OF ANDREW TROLLOPE QC AND RICHARD CHRISTIE QC

CHAMBERS OF DAVID JOSSE QC

CORNERSTONE BARRISTERS

FOUNDRY CHAMBERS

THE 36 GROUP

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-cb03bea5-f6fd-44b1-b316-b0877042d247-2020-02-14T11:56:54Z",
    "date": "2020-02-14T11:56:54Z",
    "ocid": "ocds-b5fd17-cb03bea5-f6fd-44b1-b316-b0877042d247",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_209085/831261",
        "title": "London Boroughs' Legal Alliance (LBLA) Barristers Framework - Lot 4: Criminal Litigation & Prosecutions",
        "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 4: Criminal Litigation and Prosecutions: - trading standards and health and safety, including food hygiene, - fraud in relation to all areas of local authority activities, including blue badge, social care, tenancy fraud andcorporate fraud, - full range of prosecution/enforcement work undertaken by local authorities including planning, licensing,education, and environmental crime (including fly tipping, nose prosecutions, nuisance, ASB, policing and CareAct), - POCA, - Housing Act 2014 enforcements. The estimated total value of Lot 4 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": 2700000,
            "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-137231",
            "name": "Chambers of Andrew Trollope QC and Richard Christie QC",
            "identifier": {
                "legalName": "Chambers of Andrew Trollope QC and Richard Christie QC"
            },
            "address": {
                "streetAddress": "187 Fleet Street, London, Greater London, WC2A 2AT, UNITED KINGDOM"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-137232",
            "name": "Chambers of David Josse QC",
            "identifier": {
                "legalName": "Chambers of David Josse QC"
            },
            "address": {
                "streetAddress": "5 St Andrews Hill, London, Greater London, EC4V 5BZ, 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-137233",
            "name": "Chambers of Andrew Campbell - TIECH QC and Karim Khalil QC",
            "identifier": {
                "legalName": "Chambers of Andrew Campbell - TIECH QC and Karim Khalil QC"
            },
            "address": {
                "streetAddress": "Drystone Chambers, 35 Bedford Row, London, Greater London, WC1R 4JH, UNITED KINGDOM"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-137234",
            "name": "Foundry Chambers",
            "identifier": {
                "legalName": "Foundry Chambers"
            },
            "address": {
                "streetAddress": "Ground Floor, Quality House, 5-9 Quality Court, Chancery Lane, London, Greater London, WC2A 1HP, 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"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-137215",
        "name": "City of London Corporation"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-cb03bea5-f6fd-44b1-b316-b0877042d247-1",
            "status": "active",
            "date": "2019-11-29T00:00:00Z",
            "datePublished": "2020-02-14T11:56:54Z",
            "value": {
                "amount": 2700000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-137231",
                    "name": "Chambers of Andrew Trollope QC and Richard Christie QC"
                },
                {
                    "id": "GB-CFS-137232",
                    "name": "Chambers of David Josse QC"
                },
                {
                    "id": "GB-CFS-137229",
                    "name": "Cornerstone Barristers"
                },
                {
                    "id": "GB-CFS-137233",
                    "name": "Chambers of Andrew Campbell - TIECH QC and Karim Khalil QC"
                },
                {
                    "id": "GB-CFS-137234",
                    "name": "Foundry Chambers"
                },
                {
                    "id": "GB-CFS-137225",
                    "name": "The 36 Group 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/5cd7bf36-3f39-4f3a-8e06-d1fbcfa4462d",
                    "datePublished": "2020-02-14T11:56:54Z",
                    "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"
                }
            ]
        }
    ]
}