South East Consortium is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Legal Services Framework |
Notice type: | Contract Notice |
Authority: | South East Consortium |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | South East Consortium (SEC) are tendering a framework for a Legal Services framework, covering a range of legal advice and related services. The framework is split into the following lots; Housing and Asset Management, Development and Construction, Property Sales and Disposals, Employment and Pensions, Corporate, Governance and Regulation, Procurement and Contract Law, Treasury and Finance, Service and Leasehold Charges. |
Published: | 23/09/2016 11:20 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
South East Consortium
Bldg 190, Kent Science Park, Sittingbourne, Kent, ME9 8NP, United Kingdom
Tel. +44 1795434464, Email: louise.free@southeastconsortium.org.uk
Contact: Louise Free
Main Address: www.southeastconsortium.org.uk, Address of the buyer profile: www.delta-esourcing.com
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: Yes.
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-Sittingbourne%2C-Kent:-Legal-services./GXZ273B76T
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Legal Services Framework
Reference Number: SEC 6730
II.1.2) Main CPV Code:
79100000 - Legal services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: South East Consortium (SEC) are tendering a framework for a Legal Services framework, covering a range of legal advice and related services. The framework is split into the following lots; Housing and Asset Management, Development and Construction, Property Sales and Disposals, Employment and Pensions, Corporate, Governance and Regulation, Procurement and Contract Law, Treasury and Finance, Service and Leasehold Charges.
II.1.5) Estimated total value:
Value excluding VAT: 20,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Housing and Asset Management
Lot No: 1
II.2.2) Additional CPV codes:
79100000 - Legal services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Services to include but not limited to: contract advice, arbitration, mediation, injunctions, partnering advice, disrepair, insurance disputes, health and safety, environmental claims, rent arrears, ASB, possession, eviction.
Framework accessible to publicly funded organisations. Eligibility inc but not ltd to Registered social landlords England & Wales https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/527208/List_of_Registered_Providers_1_June_2016.csv/preview. http://www.idea.gov.uk/idk/org/la-data.do?sortOrder=a&category=A. TMOs, Management Orgs & ALMOs, NHS bodies&Trusts inc NHS authorities, trusts, councils, boards & NHS Choices http://www.nhs.uk/servicedirectories/pages/primarycaretrustlisting.aspx. All police forces & other emergency services, inc http://www.police.uk/forces.htm, http://www.fireservice.co.uk/information/ukfrs.php. All educational establishments inc schools maintained by LAs, academies, city technology colleges, learning &skills council, colleges, universities, further education establishments. Registered charities at http://www.charity-commission.gov.uk/.Contracting authorities under PCR 2015& Schedule 1PCR 2015 and registered Schedule 1 to Utilities Contracts Regs 2006.
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: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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: 12
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
II.2) Description Lot No. 2
II.2.1) Title: Development and Construction
Lot No: 2
II.2.2) Additional CPV codes:
79100000 - Legal services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Services to include but not limited to: acquisition of land and property, joint venture transactions and LLP structures, development agreements, construction contracts, statutory agreements, planning appeals, bonds, collateral warranties, liability.
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: 3,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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: 12
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
II.2) Description Lot No. 3
II.2.1) Title: Property Sales and Disposals
Lot No: 3
II.2.2) Additional CPV codes:
79100000 - Legal services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Services to include but not limited to; leasehold advice, acquisition of land and property, development agreements, construction contracts, statutory agreements, disposal of sites, disputes, planning appeals, easements, Right to Buy, Stair-casing, Shared Ownership, property sales.
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: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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: 12
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
II.2) Description Lot No. 4
II.2.1) Title: Employment and Pensions
Lot No: 4
II.2.2) Additional CPV codes:
79100000 - Legal services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Services to include but not limited to; employment law, equal opportunities, pensions, organisational change, outsourcing.
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: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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:
Not provided
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
II.2) Description Lot No. 5
II.2.1) Title: Corporate Governance and Regulation, Procurement and Contract Law
Lot No: 5
II.2.2) Additional CPV codes:
79100000 - Legal services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Services to include but not limited to; public procurement, contract law, sale of goods and services, confidentiality, regulatory law, company law, articles of association and shareholder agreements, corporate agreements
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: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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:
Not provided
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
II.2) Description Lot No. 6
II.2.1) Title: Treasury and Finance
Lot No: 6
II.2.2) Additional CPV codes:
79100000 - Legal services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Services to include but not limited to; joint ventures, taxation, venture capital advice, insolvency law, business acquisitions.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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:
Not provided
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
II.2) Description Lot No. 7
II.2.1) Title: Service and Leaseholder Charges
Lot No: 7
II.2.2) Additional CPV codes:
79100000 - Legal services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Services to include but limited to; S20 advice, tenancy agreements, disputes.
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: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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:
Not provided
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
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.1.3) 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: Yes
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: Yes
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 56
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: No
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: 28/10/2016 Time: 13:00
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: Not Provided
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-Sittingbourne%2C-Kent:-Legal-services./GXZ273B76T
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/GXZ273B76T
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, C2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Royal Courts of Justice
The Stand, London, C2A 2LL, United Kingdom
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: 23/09/2016
Annex A