British Business Bank Plc is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Supply of Legal Services for British Business Bank and British Business Bank Investments Limited |
Notice type: | Contract Notice |
Authority: | British Business Bank Plc |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | British Business Bank Investment Limited wishes to invite suppliers with expertise in providing legal advice on UK listed investment trusts and UK government public sector financial asset sales to participate in a procurement exercise for the supply of legal services. Bidders must be able to demonstrate expertise and capacity to provide as a minimum the following mandatory specialisms: Financial services, including Financial Services and Markets Act, rules of UK Listing Authority, Investment, Corporate (including Capital Markets), Public Law, Tax |
Published: | 17/06/2016 17:15 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
British Business Bank
Foundry House, 3 Millsands, Sheffield, S3 8NH, United Kingdom
Tel. +44 1142502893, Email: Procurement@british-business-bank.co.uk
Main Address: http://british-business-bank.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: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Sheffield:-Legal-services./V44YA855CB
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com 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
Economic and financial affairs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply of Legal Services for British Business Bank and British Business Bank Investments Limited
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: British Business Bank Investment Limited wishes to invite suppliers with expertise in providing legal advice on UK listed investment trusts and UK government public sector financial asset sales to participate in a procurement exercise for the supply of legal services. Bidders must be able to demonstrate expertise and capacity to provide as a minimum the following mandatory specialisms:
Financial services, including Financial Services and Markets Act, rules of UK Listing Authority, Investment, Corporate (including Capital Markets), Public Law, Tax
II.1.5) Estimated total value:
Value excluding VAT: 500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
79110000 - Legal advisory and representation services.
79111000 - Legal advisory services.
79140000 - Legal advisory and information services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This procurement relates to legal services within the meaning of Schedule 3 of the Public Contracts Regulations 2015 (PCR 2015). It is therefore subject to limited regulation and accordingly will be conducted in accordance with regulations 74 to 76 of the PCR 2015. This procurement exercise consists of two stages. The first stage will begin on 17 June 2016 and responses are required by interested suppliers by close of business on 30th June 2016. An evaluation exercise will then be undertaken by the British Business Bank to shortlist a maximum of four suppliers. The results of the evaluation exercise will be issued on 1st July 2016 and those suppliers who are shortlisted to go through to the second stage will be issued with a request for proposals document to respond to. Please note the value of this contract is between £100k - £500k. As this is an accelerated process, please refer to the PQQ Document for all relevant deadlines.
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: 500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 12
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: Not provided
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
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
IV.1.1) Type of procedure: Restricted Acclerated
Justification for the choice of accelerated procedure: N/A
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 - NO
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 02/07/2016 Time: 15:30
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:
Until: 30/07/2016
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://www.delta-esourcing.com/tenders/UK-UK-Sheffield:-Legal-services./V44YA855CB
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V44YA855CB
VI.4) Procedures for review
VI.4.1) Review body:
British Business Bank
Foundry House, 3 Millsands, Sheffield, S3 8NH, United Kingdom
Tel. +44 1142502893
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 17/06/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
British Business Bank
Foundry House, 3 Millsands, Sheffield, S3 8NH, United Kingdom
Tel. +44 1142502893, Email: Procurement@british-business-bank.co.uk
Main Address: http://british-business-bank.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: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Economic and financial affairs
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Supply of Legal Services for British Business Bank and British Business Bank Investments Limited
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: British Business Bank Investment Limited wishes to invite suppliers with expertise in providing legal advice on UK listed investment trusts and UK government public sector financial asset sales to participate in a procurement exercise for the supply of legal services. Bidders must be able to demonstrate expertise and capacity to provide as a minimum the following mandatory specialisms:
Financial services, including Financial Services and Markets Act, rules of UK Listing Authority, Investment, Corporate (including Capital Markets), Public Law, Tax
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 500,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
79110000 - Legal advisory and representation services.
79111000 - Legal advisory services.
79140000 - Legal advisory and information 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: This procurement relates to legal services within the meaning of Schedule 3 of the Public Contracts Regulations 2015 (PCR 2015). It is therefore subject to limited regulation and accordingly will be conducted in accordance with regulations 74 to 76 of the PCR 2015. This procurement exercise consists of two stages. The first stage will begin on 17 June 2016 and responses are required by interested suppliers by close of business on 30th June 2016. An evaluation exercise will then be undertaken by the British Business Bank to shortlist a maximum of four suppliers. The results of the evaluation exercise will be issued on 1st July 2016 and those suppliers who are shortlisted to go through to the second stage will be issued with a request for proposals document to respond to. Please note the value of this contract is between £100k - £500k. As this is an accelerated process, please refer to the PQQ Document for all relevant deadlines.
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 10
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 Accelerated
Justification for the choice of accelerated procedure: N/A
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: No
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
Not Provided
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: 07/07/2016
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: 0
Number of tenders received from tenderers from non-EU Member States: 0
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)
Norton Rose Fulbright
3 More London Riverside, London, SE1 2AQ, United Kingdom
Tel. +44 2072836000
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: 500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=214217304
VI.4) Procedures for review
VI.4.1) Review body
British Business Bank
Foundry House, 3 Millsands, Sheffield, S3 8NH, United Kingdom
Tel. +44 1142502893
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
British Business Bank
Foundry House, 3 Millsands, Sheffield, S3 8NH, United Kingdom
Tel. +44 1142062134
VI.5) Date of dispatch of this notice: 30/08/2016