Barnet Homes Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Legal Services (Leaseholder Management & Disrepair/Litigation) |
Notice type: | Contract Notice |
Authority: | Barnet Homes Ltd |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | To provide housing and tenant legal support and advice on disrepairs and leasehold management. Barnet Homes is an Arms Length Management Organisation of The London Borough of Barnet and have an obligation to use their solicitors via HB Public Law. (HB Public Law is a joint initiative and amalgamation of solicitor teams between London Borough of Barnet and the London Borough of Harrow). However, at times we require other specialisms to be involved, which equates to £20,000 - £70,000 per annum where HB Law are unable to provide due specialism or volume. |
Published: | 21/08/2014 17:25 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Barnet Homes Ltd
1255 High Road, Whetstone, London, N20 0EJ, United Kingdom
Tel. +44 02083594239, Email: procurement@barnethomes.org
Contact: procurement@barnethomes.org
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Other: ALMO (Arm's Length Management Organisation)
I.3) Main activity:
Housing and community amenities
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Provision of Legal Services (Leaseholder Management & Disrepair/Litigation)
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 21
Region Codes: UKI23 - Outer London - West and North West
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Legal services. Legal advisory and representation services. Legal advisory services. Legal documentation and certification services. Legal advisory and information services. To provide housing and tenant legal support and advice on disrepairs and leasehold management. Barnet Homes is an Arms Length Management Organisation of The London Borough of Barnet and have an obligation to use their solicitors via HB Public Law. (HB Public Law is a joint initiative and amalgamation of solicitor teams between London Borough of Barnet and the London Borough of Harrow). However, at times we require other specialisms to be involved, which equates to £20,000 - £70,000 per annum where HB Law are unable to provide due specialism or volume.
II.1.6)Common Procurement Vocabulary:
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.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Barnet Homes invites tenders for the provision of legal services specialising in housing and tenant law on an as required basis for a range of operational. landlord and tenant matters covering •Disrepair/Litigation•Leasehold Management – Property Chamber First Tier Tribunal and county court representation in relation to major works and annual service charge disputes, debt recovery etc. and general legal advice.
Estimated value excluding VAT:
Range between: 160,000 and 560,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 2
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 24
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 96 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
None
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
None
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Minimum Level(s) of standards possibly required:
Ideally have Law Society accreditation scheme in the following areas:Lexcel accreditation Civil and Commercial Mediation Accreditation Scheme The Conveyancing Quality Scheme
III.2.3)Technical capacity
Technical capacity - means of proof required
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Yes
If yes, reference to relevant law, regulation or administrative provision:
Housing and Tenant UK Law
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 6 and maximum number: 8
Objective Criteria for choosing the limited number of candidates:
As detailed in the pre qualification qusetionnaire.
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: BH/066/2014/LEGAL
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 22/09/2014
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 25/09/2014
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 16/10/2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Yes
Estimated timing for further notices to be published: 4-7 Years
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Legal-services./WM84282WQ3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/WM84282WQ3
GO-2014821-PRO-5942625 TKR-2014821-PRO-5942624
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Royal Courts of Justice
Strand London, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
Body responsible for mediation procedures:
Royal Courts of Justice
Strand London, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2)Lodging of appeals: Precise information on deadline(s) for lodging appeals: The contracting authority will allow a period of at least10 calendar days between the date it gives to candidates of the decision to award the proposed agreement and the date on which it proposes to conclude the agreement. If, by midnight on the second working day of the 10day standstill period, the contracting authority receives a request in writing from a candidate as to why it was unsuccessful, the contracting authority is required to provide additional information to the candidate.That information must be provided at least 3 working days before the expiry of the 10 days’ standstill period (though the standstill period may be extended if it is not possible to provide the information in time). Requests for additional information should be sent to the contact in Section I.1. An aggrieved candidate who claims that it has suffered or risked loss or damage as a result of a breach by the contracting authority of its duties under the Public Contract Regulations 2006 may take proceedings in the High Court. Any such proceedings must be brought promptly and in any event within 3 months from the date on which grounds for bringing proceedings first arose (the Court has discretion to extend the period for a good reason).If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Royal Courts of Justice
Strand London, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.5) Date Of Dispatch Of This Notice: 21/08/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-London: Legal services.
I.1)Name, Addresses and Contact Point(s):
Barnet Homes Ltd, N/A
1255 High Road, Whetstone, London, N20 0EJ, United Kingdom
Tel. +44 02083594239, Email: procurement@barnethomes.org
Contact: procurement@barnethomes.org
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Housing and community amenities
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Provision of Legal Services (Leaseholder Management & Disrepair/Litigation)
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 21
Do you agree to the publication of this notice?: Yes
Region Codes: UKI23 - Outer London - West and North West
II.1.3)Information about a framework or a dynamic purchasing system:
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s):
Legal services. Legal advisory and representation services. Legal advisory services. Legal documentation and certification services. Legal advisory and information services. To provide housing and tenant legal support and advice on disrepairs and leasehold management. Barnet Homes is an Arms Length Management Organisation of The London Borough of Barnet and have an obligation to use their solicitors via HB Public Law. (HB Public Law is a joint initiative and amalgamation of solicitor teams between London Borough of Barnet and the London Borough of Harrow). However, at times we require other specialisms to be involved, which equates to £20,000 - £70,000 per annum where HB Law are unable to provide due specialism or volume.
II.1.5)Common procurement vocabulary:
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.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 560,000
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Written - 50
Price - 35
Interview - 15
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: BH/066/2014/LEGAL
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: BH/066/2014/LEGAL
Lot Number: 1
Title: Disrepair
Lot Number: 2
Title: Leasehold Management
V.1)Date Of Contract Award: 22/12/2014
V.2) Information About Offers
Number Of Offers Received: 5
Number Of Offers Received By Electronic Means: 5
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Judge & Priestley LPP
Postal address: Justin House, 6 West Street, Bromley
Town: Kent
Postal code: BR1 1JN
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 560,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=124359917
GO-20141223-PRO-6251218 TKR-20141223-PRO-6251217
VI.3.1)Body responsible for appeal procedures:
N/A
London, United Kingdom
Tel. +44 2079476000
Body responsible for mediation procedures:
N/A
United Kingdom
VI.3.2)Lodging of appeals: N/A
VI.3.3)Service from which information about the lodging of appeals may be obtained:
N/A
London, United Kingdom
VI.4)Date Of Dispatch Of This Notice: 23/12/2014