Award

London Boroughs' Legal Alliance (LBLA) Barristers Framework - Lot 3: Governance & Public Law

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 London Boroughs' Legal Alliance (LBLA) has awarded the Barristers Framework for Lot 3: Governance & Public Law, with a total estimated value of £5,100,000. This Framework Agreement commenced on 1 January 2020 and will run for three years, ending on 31 December 2022, with an optional one-year extension. The buy-in organisation is the City of London Corporation, representing multiple local authorities in London and the South East. The procurement was conducted through an open procedure, and the tender period concluded on 16 August 2019.

This contract presents significant opportunities for legal service providers, particularly focused on governance and public law, such as advisory firms, barristers' chambers, and legal consultancies. Businesses that specialise in areas such as constitutional law, regulatory issues, and commercial disputes would be well-positioned to compete for this framework. Given the collaborative nature of the participating authorities, suppliers can expect diverse opportunities across various local government bodies implementing legal services throughout the duration of this framework.

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 3: Governance & Public Law

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 3: Governance and Public Law: - governance, constitutional and policies, - regulatory issues, - commercial and contractual disputes, and procurement issues, - information law including Data Protection and Freedom of Information, Environmental Information Regulations 2004, - Local Government Finance, - education, including SENDIST, exclusion cases, advice on opening schools, academy conversions, etc., - employment matters, especially complex issues or relating to senior staff, - judicial reviews on any subject matter, - any other high profile, high risk matter, that is likely to have an impact on the authority as a whole, - company law, - establishment of corporate structures and trading vehicles, including charities, LLPs, ABSs, CBSs and JVs. The estimated total value of Lot 3 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-d9f4f420-5322-4c79-853e-6be429961a80
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/4c80626f-e669-4136-9a2e-1d18f3a978d9
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
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
£5,100,000 £1M-£10M
Lots Value
Not specified
Awards Value
£5,100,000 £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
5
Supplier Names

11KBW

CORNERSTONE BARRISTERS

FIELD COURT CHAMBERS

LANDMARK CHAMBERS

SERJEANTS' INN 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-d9f4f420-5322-4c79-853e-6be429961a80-2020-02-14T11:56:13Z",
    "date": "2020-02-14T11:56:13Z",
    "ocid": "ocds-b5fd17-d9f4f420-5322-4c79-853e-6be429961a80",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_209085/831255",
        "title": "London Boroughs' Legal Alliance (LBLA) Barristers Framework - Lot 3: Governance & Public Law",
        "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 3: Governance and Public Law: - governance, constitutional and policies, - regulatory issues, - commercial and contractual disputes, and procurement issues, - information law including Data Protection and Freedom of Information, Environmental Information Regulations 2004, - Local Government Finance, - education, including SENDIST, exclusion cases, advice on opening schools, academy conversions, etc., - employment matters, especially complex issues or relating to senior staff, - judicial reviews on any subject matter, - any other high profile, high risk matter, that is likely to have an impact on the authority as a whole, - company law, - establishment of corporate structures and trading vehicles, including charities, LLPs, ABSs, CBSs and JVs. The estimated total value of Lot 3 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": 5100000,
            "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-137227",
            "name": "Serjeants' Inn Chambers",
            "identifier": {
                "legalName": "Serjeants' Inn Chambers"
            },
            "address": {
                "streetAddress": "85 Fleet Street, London, Greater London, EC4Y 1AE , 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": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-137228",
            "name": "11KBW Ltd",
            "identifier": {
                "legalName": "11KBW Ltd"
            },
            "address": {
                "streetAddress": "11 Kings Bench Walk, London, Greater London, EC4Y 7EQ, 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-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"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-137215",
        "name": "City of London Corporation"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-d9f4f420-5322-4c79-853e-6be429961a80-1",
            "status": "active",
            "date": "2019-11-29T00:00:00Z",
            "datePublished": "2020-02-14T11:56:13Z",
            "value": {
                "amount": 5100000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-137227",
                    "name": "Serjeants' Inn Chambers"
                },
                {
                    "id": "GB-CFS-137223",
                    "name": "Field Court Chambers"
                },
                {
                    "id": "GB-CFS-137228",
                    "name": "11KBW Ltd"
                },
                {
                    "id": "GB-CFS-137229",
                    "name": "Cornerstone Barristers"
                },
                {
                    "id": "GB-CFS-137230",
                    "name": "Landmark 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/4c80626f-e669-4136-9a2e-1d18f3a978d9",
                    "datePublished": "2020-02-14T11:56:13Z",
                    "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"
                }
            ]
        }
    ]
}