Golding Homes is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Professional Services DPS |
Notice type: | Contract Notice |
Authority: | Golding Homes |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Procurement of a professional services DPS for the use of Golding Homes, its subsidiaries and any Contracting Authority who wish to call off using the terms of the DPS and following payment of an access fee. This multi-lot DPS will be used to support Golding Homes in the delivery of its day to day and strategic service provision. |
Published: | 21/11/2019 14:06 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Golding Homes
County Gate One, Staceys Street, Maidstone, ME14 1ST, United Kingdom
Tel. +44 3007772600, Email: procurement@goldinghomes.org.uk
Contact: Procurement
Main Address: www.goldinghomes.org.uk
NUTS Code: UKJ
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-Maidstone:-Services-furnished-by-professional-organisations./QH8V5Z5598
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: Professional Services DPS
Reference Number: Not provided
II.1.2) Main CPV Code:
98112000 - Services furnished by professional organisations.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Procurement of a professional services DPS for the use of Golding Homes, its subsidiaries and any Contracting Authority who wish to call off using the terms of the DPS and following payment of an access fee. This multi-lot DPS will be used to support Golding Homes in the delivery of its day to day and strategic service provision.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
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: Architecture (RIBA Stages 0-3)
Lot No: 1
II.2.2) Additional CPV codes:
71000000 - Architectural, construction, engineering and inspection services.
71200000 - Architectural and related services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71221000 - Architectural services for buildings.
71222000 - Architectural services for outdoor areas.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Architectural Services up from RIBA Plan of Work Stage 0: Strategic Definition to Stage 3: Developed Design
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: 120
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. 2
II.2.1) Title: Architecture (RIBA Stages 4-7)
Lot No: 2
II.2.2) Additional CPV codes:
71000000 - Architectural, construction, engineering and inspection services.
71200000 - Architectural and related services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71221000 - Architectural services for buildings.
71222000 - Architectural services for outdoor areas.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Architectural Services up from RIBA Plan of Work Stage 4: Technical Design to Stage 7: In Use
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: 120
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. 3
II.2.1) Title: 3
Lot No: Architecture (RIBA Stages 0-7)
II.2.2) Additional CPV codes:
71000000 - Architectural, construction, engineering and inspection services.
71200000 - Architectural and related services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71221000 - Architectural services for buildings.
71222000 - Architectural services for outdoor areas.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Architectural Services up from RIBA Plan of Work Stage 0: Strategic Definition to Stage 7: In Use
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: 120
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. 4
II.2.1) Title: Employers Agent
Lot No: 4
II.2.2) Additional CPV codes:
71315300 - Building surveying services.
71324000 - Quantity surveying services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Employer's Agent and associated services including Cost Consultancy, CDM Adviser, Clerk of Works
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: 120
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: Civil/Structural Engineering
Lot No: 5
II.2.2) Additional CPV codes:
71000000 - Architectural, construction, engineering and inspection services.
71311000 - Civil engineering consultancy services.
71312000 - Structural engineering consultancy services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Civil and structural engineering service including transport and highways engineering
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: 120
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: MEPH Engineering
Lot No: 6
II.2.2) Additional CPV codes:
71321000 - Engineering design services for mechanical and electrical installations for buildings.
71333000 - Mechanical engineering services.
71334000 - Mechanical and electrical engineering services.
71321300 - Plumbing consultancy services.
50721000 - Commissioning of heating installations.
71314310 - Heating engineering services for buildings.
71321200 - Heating-system design services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Mechanical, Electrical and Public Health Engineering Services associated with both above and below ground engineering
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: 120
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: Specialist Consultancy Services
Lot No: 7
II.2.2) Additional CPV codes:
71313200 - Sound insulation and room acoustics consultancy services.
71355000 - Surveying services.
71317100 - Fire and explosion protection and control consultancy services.
71332000 - Geotechnical engineering services.
71317210 - Health and safety consultancy services.
79417000 - Safety consultancy services.
71240000 - Architectural, engineering and planning services.
71356400 - Technical planning services.
71410000 - Urban planning services.
71351810 - Topographical services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Specialist consultancy services including Acoustic Engineering, Party Wall Surveyor, Rights of Light Surveyor, Environmental Engineering, Fire Engineering, Geotechnical Surveying, Health & Safety Principal Designer, Planning Consultant, Façade Consultant, Building Surveyor, Topographical Surveyor, Principal Advisor (previously CDM)
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: 120
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. 8
II.2.1) Title: Multi-Disciplinary Design Team
Lot No: 8
II.2.2) Additional CPV codes:
71000000 - Architectural, construction, engineering and inspection services.
71200000 - Architectural and related services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71221000 - Architectural services for buildings.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71251000 - Architectural and building-surveying services.
71400000 - Urban planning and landscape architectural services.
71322100 - Quantity surveying services for civil engineering works.
71324000 - Quantity surveying services.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
71333000 - Mechanical engineering services.
71334000 - Mechanical and electrical engineering services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: A multi-disciplinary design team, with the resources and expertise to provide the full range of design services, delivered by one team
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: 120
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. 9
II.2.1) Title: Sales Agents
Lot No: Sales and Marketing Agency Service in relation to all aspects of Shared Ownership sales
II.2.2) Additional CPV codes:
70330000 - Property management services of real estate on a fee or contract basis.
70331000 - Residential property services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Marketing
Sales progression
Sales completion
Purchaser, solicitor and IFA liaising
Advice; and
market intelligence
Sales progression
Sales completion
Purchaser, solicitor and IFA liaising
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: 120
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. 10
II.2.1) Title: Valuers
Lot No: 10
II.2.2) Additional CPV codes:
71315300 - Building surveying services.
71355000 - Surveying services.
70100000 - Real estate services with own property.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Right to Buy & Right to Acquire Valuation and Plan Service
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: 120
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. 11
II.2.1) Title: Legal Services - Employment & Pensions
Lot No: 11
II.2.2) Additional CPV codes:
79100000 - Legal services.
79111000 - Legal advisory services.
79130000 - Legal documentation and certification services.
79140000 - Legal advisory and information services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Legal services related to:-
Recruitment
Redundancies
Discrimination
Discipline and grievance
Tribunals
Pensions
TUPE advice
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: 120
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. 12
II.2.1) Title: Legal - Development, Regeneration & New Business
Lot No: 12
II.2.2) Additional CPV codes:
79100000 - Legal services.
79110000 - Legal advisory and representation services.
79111000 - Legal advisory services.
79130000 - Legal documentation and certification services.
79140000 - Legal advisory and information services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Legal services including:-
Site assembly
Options to purchase
Management Agreements
Statutory agreements
Funding / grants advice
Ad-hoc support - S38 & S106 agreement (scheme review)
Managing agent reviews
Review of construction agreements
Bonds (including collateral warranties)
Advice on bonds , PCG's, novation agreements, contentious construction
Licencing, H & S environmental issues
Taxation advice
Drafting consultant appointment letters
Planning e.g. judicial review of planning decisions
Property disputes
Contract disputes / litigation
Land aquisitions
Joint venture contracts
Land transfers
S106
Third party negotiations
Bonds
Construction contracts
Commercial contracts
Public private partnerships
Stock transfer
Site assembly
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: 120
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. 13
II.2.1) Title: Legal - Residential Property, Tenancy & Leasehold Management
Lot No: 13
II.2.2) Additional CPV codes:
79100000 - Legal services.
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:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Legal Services related to:-
Enfranchisement
Ground rent contracts
Service charge disputes
Commercial landlord and tenant
Leasehold management
Repossessions
Disrepair and dilapidations
Nuisance and ASB proceedings
Housing Disputes
Litigation
Compensation
Eviction
Disposals
Health & safety
Tenancy agreements
S20 service charge consultations
Tenancy disputes (including fraud)
Resales and staircasing
Lease extensions
Arrears Management
Tresspassers
Mediation
Prosecutions
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: 120
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
II.2) Description Lot No. 14
II.2.1) Title: Legal - Commercial Property, Tenancy & Management
Lot No: 14
II.2.2) Additional CPV codes:
79100000 - Legal services.
79110000 - Legal advisory and representation services.
79111000 - Legal advisory services.
79130000 - Legal documentation and certification services.
79140000 - Legal advisory and information services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Legal Services related to:-
Stock rationalisation
Stock acquisition
Stock disposal
Property auctions
Lease management (including renewals)
Possession issues
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: 120
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. 15
II.2.1) Title: Legal - Finance
Lot No: 15
II.2.2) Additional CPV codes:
79100000 - Legal services.
79110000 - Legal advisory and representation services.
79111000 - Legal advisory services.
79130000 - Legal documentation and certification services.
79140000 - Legal advisory and information services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Legal services related to finance and security:-
Asset finance
Securitisation
Bonds
Project finance
Tax advisory
Corporate banking
Funding/Treasury Advisory
Insurance
Audit
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: 120
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. 16
II.2.1) Title: Legal - Corporate & Governance
Lot No: 16
II.2.2) Additional CPV codes:
79100000 - Legal services.
79111000 - Legal advisory services.
79140000 - Legal advisory and information services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Legal services including:-
Company, Charity and Industrial & Provident Society law, regulation and policy
Existing and emerging Regulatory requirements e.g. FCA, RSH, OFT, ICO
Corporate governance
Board member roles and responsibilities
Corporate controls
Group structures
Constitutional reviews
Mergers and Acquisitions and related lender and regulatory consents
Company Secretarial matters
Corporate Health and Safety
Fraud and money laundering
Bribery and corruption
Corporate litigation and dispute resolution
Social enterprises
Insurance
Audits
IT
General advice and training
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: 120
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. 17
II.2.1) Title: Legal - Procurement & General Contracts
Lot No: 17
II.2.2) Additional CPV codes:
79100000 - Legal services.
79111000 - Legal advisory services.
79418000 - Procurement consultancy services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Legal services including:-
Public Contract regulations
Company procurement
Maintenance
Facilities management
Contract Development
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: 120
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. 18
II.2.1) Title: Legal - Sales (including shared ownership)
Lot No: 18
II.2.2) Additional CPV codes:
79100000 - Legal services.
79111000 - Legal advisory services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Shared Ownership New Home Plot Sales, Lease Assignment & Post Sale Matters including:-
Plot sales
Conveyancing
Development Set up
Shared Ownership Lease matters
Bulk sales
Lease Assignment
Post completion formalities
Advice and support on shared ownership plot sale 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: 120
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. 19
II.2.1) Title: Legal - Sales (including Right to Buy)
Lot No: 19
II.2.2) Additional CPV codes:
79100000 - Legal services.
79111000 - Legal advisory services.
79130000 - Legal documentation and certification services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Legal Services including:-
Right to Buy and Right to Acquire Conveyancing & Disposals and Post Sale Matters
Right to Buy & Right to Acquire conveyancing and sales
Provision of general legal advice in respect of RTB/RTA legislation, post completion queries in respect of freehold properties
Advice on post Sale 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: 120
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. 20
II.2.1) Title: Recruitment Agency Panel
Lot No: 20
II.2.2) Additional CPV codes:
79600000 - Recruitment services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Recruitment services including:-
Recruitment Reference Checking
Identity/Right to Work
Checking Pay Temps through BACS payment
Unannounced Audit for Agency Labour (up to twice a year)
Operate in Accordance with REC Code of Practice
Face to Face Interview with Candidates Before Introduction
Pre-employment DBS Checking as required
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: 120
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:
As per DPS Professional services pass/fail requirements
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:
As per professional membership requirements set out on Professional Services DPS Master
III.2.2) Contract performance conditions
To be set out in each and every mini-competition
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 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 - 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: 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: 23/12/2019 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:
Duration in month(s): 120
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: 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-Maidstone:-Services-furnished-by-professional-organisations./QH8V5Z5598
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/QH8V5Z5598
VI.4) Procedures for review
VI.4.1) Review body:
Golding Homes
County Gate One, Staceys Street, Maidstone, ME14 1ST, United Kingdom
Tel. +44 3007772600, Email: procurement@goldinghomes.org.uk
Internet address: www.goldinghomes.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:
Cabinet Office
Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 3007772600
VI.5) Date Of Dispatch Of This Notice: 21/11/2019
Annex A