Regulator of Social Housing is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Legal Services Procurement |
Notice type: | Contract Notice |
Authority: | Regulator of Social Housing |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The purpose of the procurement is to establish a new legal panel for the Regulator of Social Housing, under which firms appointed to the panel will be eligible to provide legal services to the Regulator of Social Housing (the “Framework”). The Framework will comprise of two lots: 1) Regulator Services and 2) General Services (as further detailed in this contract notice). If appointed to one or more Lots under the Framework, firms will be eligible to be awarded work from the Regulator of Social Housing through call-off instructions issued in accordance with the Framework. The Framework will provide a flexible legal resource to support delivery of the regulatory function and to support the Regulator of Social Housing as a corporate entity. |
Published: | 25/01/2022 14:09 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Regulator of Social Housing
Level 1A - City Tower,, Piccadilly Plaza, Manchester, M1 4BT, United Kingdom
Tel. +44 1615282624, Email: procurement@rsh.gov.uk
Main Address: https://www.gov.uk/government/organisations/regulator-of-social-housing
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: https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Legal-services./7Z8C6MP394
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
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Legal Services Procurement
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: The purpose of the procurement is to establish a new legal panel for the Regulator of Social Housing, under which firms appointed to the panel will be eligible to provide legal services to the Regulator of Social Housing (the “Framework”). The Framework will comprise of two lots: 1) Regulator Services and 2) General Services (as further detailed in this contract notice). If appointed to one or more Lots under the Framework, firms will be eligible to be awarded work from the Regulator of Social Housing through call-off instructions issued in accordance with the Framework. The Framework will provide a flexible legal resource to support delivery of the regulatory function and to support the Regulator of Social Housing as a corporate entity.
II.1.5) Estimated total value:
Value excluding VAT: 850,000
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: 2
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: Legal Services Panel: Regulatory Services
Lot No: One
II.2.2) Additional CPV codes:
79110000 - Legal advisory and representation services.
79111000 - Legal advisory services.
79112000 - Legal representation services.
79130000 - Legal documentation and certification services.
79140000 - Legal advisory and information services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This lot is to be used to support the Regulator of Social Housing in carrying out its core regulatory functions. The scope of Lot one - (Regulatory Services) is to provide advice to the Regulator of Social Housing in relation to: public/administrative and regulatory law; charity law; trust law; and sector-specific insolvency arrangements under the Housing and Regeneration Act 2008 and the Housing and Planning Act 2016.
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: 600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/05/2022 / End: 30/04/2026
This contract is subject to renewal: No
Description of renewals: 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7Z8C6MP394
If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com.
II.2) Description Lot No. 2
II.2.1) Title: Legal Services Panel: General Services
Lot No: Two
II.2.2) Additional CPV codes:
79100000 - Legal services.
79110000 - Legal advisory and representation services.
79112000 - Legal representation services.
79130000 - Legal documentation and certification services.
79140000 - Legal advisory and information services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This lot is to be used to support the Regulator of Social Housing as a corporate entity. The scope for lot two - (General services) is to provide advice to the Regulator of Social Housing in relation to: corporate, commercial and financial law; employment law; public procurement law; litigation; information law (including data protection law); and non-sector specific restructuring/insolvency law.
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: 250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/05/2022 / End: 30/04/2026
This contract is subject to renewal: No
Description of renewals: 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: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/4C8M68973K
If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com.
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:
Please refer to the Invitation to Tender (ITT)
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
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 OPEN
IV.1.1) Type of procedure: Open
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: 12
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: 25/02/2022 Time: 10:00
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): 6
IV.2.7) Conditions for opening of tenders:
Date: 25/02/2022
Time: 12:00
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: Any selection of tenderers will be based solely on the criteria set out in the procurement documents.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=659436063
VI.4) Procedures for review
VI.4.1) Review body:
Regulator of Social Housing
Level 1A - City Tower,, Piccadilly Plaza, Manchester, M1 4BT, United Kingdom
Internet address: https://www.gov.uk/government/organisations/regulator-of-social-housing
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with information in the "Award Decision Notice" at the start of the standstill period including details of their submission in relation to the winning submission comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
Internet address: www.cabinetoffice.gov.uk
VI.5) Date Of Dispatch Of This Notice: 25/01/2022
Annex A