St Mungo's has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Legal Services Framework *Duplicated* |
Notice type: | Contract Notice |
Authority: | St Mungo's |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | St Mungo's is establishing a Framework for the provision of legal advice to the organisation over a four year period. The Framework is comprised of 5 Lots covering Company & Commercial law, Housing/Landlord & Tenant law, Property & Real Estate law, Legacies, Wills and Trusts and Employment Law. |
Published: | 04/11/2018 08:28 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
St Mungo Community Housing Association
3 Thomas More Square, London, E1W 1YW, United Kingdom
Email: procurement@mungos.org
Contact: Sarah Hadland
Main Address: www.mungos.org, Address of the buyer profile: www.mungos.org
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-London:-Legal-services.-*Duplicated*/NAR7D2K63V
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/NAR7D2K63V 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: http://www.delta-esourcing.com/tenders/UK-title/NAR7D2K63V
I.4) Type of the contracting authority
Other type:: Housing association and charity
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: PRO.040.18
II.1.2) Main CPV Code:
79100000 - Legal services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: St Mungo's is establishing a Framework for the provision of legal advice to the organisation over a four year period. The Framework is comprised of 5 Lots covering Company & Commercial law, Housing/Landlord & Tenant law, Property & Real Estate law, Legacies, Wills and Trusts and Employment Law.
II.1.5) Estimated total value:
Value excluding VAT: 1,000,000
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: 5
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Any combination of or all of Lots 3a,b and c.
Lot 1 and Lot 4c.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Company & Commercial Law
Lot No: 1
II.2.2) Additional CPV codes:
79111000 - Legal advisory services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Advice required will include but is not limited to : corporate structure, joint ventures and partnerships, constitutional advice, contracts and commercial disputes and regulatory advice including GDPR.
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: Yes
Description of renewals: If successful, the Framework will be re-procured every four years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: As stated in the tender documents.
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: Housing / Landlord & Tenant
Lot No: 2
II.2.2) Additional CPV codes:
79111000 - Legal advisory services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Including but not limited to provision of a legal helpline for tenancy matters and advice and representation on possession 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: 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: Yes
Description of renewals: If successful, the Framework will be re-procured every four years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: As stated in the tender documents.
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 & Real Estate - Conveyancing (Acquisition & Disposal)
Lot No: 3a
II.2.2) Additional CPV codes:
79111000 - Legal advisory services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Including but not limited to legal advice on acquisition and disposal of property.
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: Yes
Description of renewals: If successful, the Framework will be re-procured every four years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: As stated in the tender documents.
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: Development
Lot No: 3b
II.2.2) Additional CPV codes:
79111000 - Legal advisory services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Including but not limited to legal advice as part of the due diligence process for property; arranging licences, negotiating contracts and advising on joint ventures.
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: Yes
Description of renewals: If successful, the Framework will be re-procured every four years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: As stated in the tender documents.
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: Commercial Property
Lot No: 3c
II.2.2) Additional CPV codes:
79111000 - Legal advisory services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Including but not limited to lease negotiations on office buildings and residences.
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: Yes
Description of renewals: If successful, the Framework will be re-procured every four years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: As stated in the tender documents.
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: Legacies, Wills & Trusts
Lot No: 4
II.2.2) Additional CPV codes:
79111000 - Legal advisory services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Including but not limited to providing advice and support on contested wills (where a sum has been gifted to St Mungo's in a will and it is challenged).
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: Yes
Description of renewals: If successful, the Framework will be re-procured every four years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: As stated in the tender documents.
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: Employment Law
Lot No: 5
II.2.2) Additional CPV codes:
79111000 - Legal advisory services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Including but not limited to provision of an employment law advice line and responses to complex employment law queries and support re: tribunals.
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: Yes
Description of renewals: If successful, the Framework will be re-procured every four years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: As stated in the tender documents.
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:
Solicitors Regulation Authority, Council for Licensed Conveyancers or any other recognised, regulatory body for legal practice.
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:
See III.1.1
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 RESTRICTED
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: 15
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: 04/12/2018 Time: 12:00
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:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years from expiry of Framework
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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=356040374
VI.4) Procedures for review
VI.4.1) Review body:
Homes England
Fry Building, 2 Marsham Street, London, SW1P 4DF, United Kingdom
Tel. +44 3001234500, Email: enquiries@homesengland.gov.uk
Internet address: https://www.gov.uk/government/organisations/homes-england
VI.4.2) Body responsible for mediation procedures:
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000
Internet address: https://www.cedr.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
As per Public Contract Regulations 2015, with initial review request to St Mungo's via procurement@mungos.org.
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: 04/11/2018
Annex A