Lewisham Homes has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Legal Services |
Notice type: | Contract Notice |
Authority: | Lewisham Homes |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Lewisham Homes is seeking to establish arrangements with legal service providers that will support its business and deliver highly customer focussed, effective and efficient services. The main areas in respect of which legal advice and guidance may be sought under each of the 3 Lots. Lewisham Homes expect an increase in savings over the term of the contract. Contract term is 3 years with the option to extend by a further 2 years |
Published: | 08/08/2016 17:30 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Lewisham Homes
Old Town Hall, Catford, London, SE6 4RU, United Kingdom
Tel. +44 2086134207, Email: LegalServices@lewishamhomes.org.uk
Main Address: http://www.lewishamhomes.org.uk/
NUTS Code: UKI
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
Access to the procurement documents is restricted. Further information can be obtained at: https://www.lewishamhomes.org.uk/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the address as in Annex A.III
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
Other type:: Arms Length Management Organisation
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Legal Services
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: Lewisham Homes is seeking to establish arrangements with legal service providers that will support its business and deliver highly customer focussed, effective and efficient services.
The main areas in respect of which legal advice and guidance may be sought under each of the 3 Lots.
Lewisham Homes expect an increase in savings over the term of the contract.
Contract term is 3 years with the option to extend by a further 2 years
II.1.5) Estimated total value:
Value excluding VAT: 1,575,000
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: 3
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 Management
Lot No: 1
II.2.2) Additional CPV codes:
70333000 - Housing services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The successful supplier will be expected to supply services to Lewisham Homes in the areas of:
•Housing Possession for a number of breaches of tenancy including:
- ASB
- Hoarding and poor condition of property
- Failure to provide access for repair or safety checks
- Where the Council decides that a temporary tenant is not in need of housing under s184 of the Housing Act 1996
- Successors who are required to move but fail to do so
- Tenancy fraud, non-occupation and abandonment
•Anti Social Behaviour Injunctions/ Injunctions to Prevent Nuisance and Annoyance
•Injunctions to access properties in cases where a possession order would not be appropriate.
•Injunctions to remedy breach of lease including injunctions to force leaseholders to carry out repairs or to gain forced access where the leaseholder does not comply with the terms of the injunction
•Home Ownership
The Service Provider will provide support to LH’s in-house legal officer for Home Ownership Services in more specialist cases which may include
-Application for dispensation of s20 of the Landlord and Tenant Act 1985
-Clarification of leasehold/ lessee responsibilities under the demise schedule of the standard lease
-Introduction of new services
-Consultation requirements
-General queries relating to any aspect of leasehold, RTB and shared ownership legislation
-Recovery of leaseholder service charge arrears
•Additional areas – advice may also be sought on other areas of housing management including
-Non-occupation
-Assured tenancies
-Assignment
-Succession
-Termination
-Unauthorised occupants and squatters
-Homelessness assessments
-Boundary disagreements
-Temporary accommodation
-Dangerous dogs
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: 725,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Option to extend by a further 2 years
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: Disrepair Litigation
Lot No: 2
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The successful supplier will be expected to :
-Produce Receipt of letters of claim
-Advise LH on compliance with disrepair protocol
-Advise LH on whether to accept or reject liability
-Agree settlement of costs
-Defend claims
-Represent LH in defended matters
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: 350,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Option to extend by a further 2 years
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: Income (Rent Arrears and Court Representation)
Lot No: 3
II.2.2) Additional CPV codes:
70310000 - Building rental or sale services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The successful supplier will be expected to:
Quality check legal referrals for which the bulk will be for possession, fixing dates for possession and bailiff warrants
•Prepare and advise on witness statements plus file and serve these.
•Prepare bundles for hearings including liaising with Income Officers for additional information and instructions
•Liaison with the client such as providing advice on cases
•Liaison with the defendant’s solicitors
•Liaison with the County Courts
•Represent client at court for possession claims (including relisted claims at adjourned hearings), stay hearings (including adjourned stay hearings) and fixing dates for possession where a hearing is required.
•Provide court outcome reports and recommendations
•Complete other legal work such as applying for permission to enforce orders over six years old, applications to re-enter, variation orders, consent orders, relisting possession hearings, work regarding adjourned possession and stay hearings, amendments through the “slip” rule and N244 applications
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: 36
This contract is subject to renewal: Yes
Description of renewals: Option to extend by a further 2 years
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:
The firm must be authorised and regulated by the Solicitors Regulation Authority (SRA)
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: 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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
The firm must be authorised and regulated by the Solicitors Regulation Authority (SRA)
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: Open Acclerated
Justification for the choice of accelerated procedure: This is a light touch procurement process allowing 18 days for tender return (26th August 2016)
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - 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: 26/08/2016 Time: 12:00
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:
Duration in month(s): 4
IV.2.7) Conditions for opening of tenders:
Date: 26/08/2016
Time: 12:00
Place:
Lewisham Homes
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: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=213625670
VI.4) Procedures for review
VI.4.1) Review body:
Lewisham Homes
OId Town Hall, Catford, London, SE6 4RU, United Kingdom
Email: LegalServices@lewishamhomes.org.uk
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: 08/08/2016
Annex A
III) Addresses and contact points to which tenders/requests to participate must be sent:
Lewisham Homes
Old Town Hall, Catford, London, SE6 4RU, United Kingdom
Email: LegalServices@Lewishamhomes.org.uk
Main Address: https://www.lewishamhomes.org.uk/
NUTS Code: UKI
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Lewisham Homes
Old Town Hall, Catford, London, SE6 4RU, United Kingdom
Tel. +44 2086134207, Email: LegalServices@lewishamhomes.org.uk
Main Address: http://www.lewishamhomes.org.uk/
NUTS Code: UKI
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Legal Services 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: Lewisham Homes is seeking to establish arrangements with legal service providers that will support its business and deliver highly customer focussed, effective and efficient services.
The main areas in respect of which legal advice and guidance may be sought under each of the 3 Lots.
Lewisham Homes expect an increase in savings over the term of the contract.
Contract term is 3 years with the option to extend by a further 2 years
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 11/08/2016
VI.6) Original notice reference:
Notice Reference: 2016 - 185201
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 08/08/2016
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.7
Lot No: Not provided
Place of text to be modified: IV.2.7) Conditions for opening of tenders:
Instead of: Date: 26/08/2016
Time: 12:00
Place: Lewisham Homes
Read: Date: 30/08/2016
Time: 12:00
Place: Lewisham Homes
VII.2) Other additional information: Change of return date and time from midday Friday 26th August 2016 to midday Tuesday 30th August 2016.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=214203992