The Procurement Partnership Ltd: Legal Services Framework

  The Procurement Partnership Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Legal Services Framework
Notice type: Contract Notice
Authority: The Procurement Partnership Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: For more information about this opportunity, please visit the Delta portal at: https://www.delta-esourcing.com/tenders/UK-Abergele:-Legal-services./3NS5T3GPJN To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/3NS5T3GPJN If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com. This tender is being undertaken as a light touch procedure, in accordance with Regulations 74 – 77 of the UK statutory instrument Public Contracts Regulations 2015/102. The purpose is the creation of a framework for the provision of legal services. The approach used will be an adapted open procedure to include for a reduction of bids invited for interview based on cost and quality of written submissions. Cartrefi Conwy is tendering to create a Legal Services Framework with lots covering the following categories: Lot 1 Corporate Lot 2 Funding Lot 3 Housing Management Lot 4 HR & Employment Lot 5 Property, Land & Development Lo6 6 Fixed annual service The estimated value of expenditure through the proposed Agreement during the 48 month period is between £600,000 and £1,200,000 excluding VAT. Current expenditure on legal services is approximately £200,000 per annum, however this comes in peaks and troughs with limited predictability. Over the duration of this proposed framework Cartrefi Conwy is seeking to expand the organisation via variety of methods and this may contribute to further spikes in expenditure on legal services. The provided estimates of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with successful Suppliers participating in the resulting framework agreement.
Published: 23/09/2015 12:36
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Abergele: Legal services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Cartrefi Conwy Cyfyngedig
      Morfa Gele, North Wales Business Park, Cae Eithin, Abergele, LL22 8LJ, United Kingdom
      Email: pwilliams@tppl.co.uk, URL: http://www.cartreficonwy.org/cartrefi/home.php
      Attn: Phillip Williams
      Electronic Access URL: https://www.delta-esourcing.com/tenders/UK-Abergele:-Legal-services./3NS5T3GPJN
      Electronic Submission URL: https://www.delta-esourcing.com/respond/3NS5T3GPJN

      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:
      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: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Legal Services Framework
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 21

         Region Codes: UKL - WALES         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators
            maximum number of participants to the framework agreement envisaged: 18
         Duration of the framework agreement:
            Duration in year(s): 4             
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 600,000 and 1,200,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Legal services. For more information about this opportunity, please visit the Delta portal at: https://www.delta-esourcing.com/tenders/UK-Abergele:-Legal-services./3NS5T3GPJN

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/3NS5T3GPJN

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.

This tender is being undertaken as a light touch procedure, in accordance with Regulations 74 – 77 of the UK statutory instrument Public Contracts Regulations 2015/102. The purpose is the creation of a framework for the provision of legal services. The approach used will be an adapted open procedure to include for a reduction of bids invited for interview based on cost and quality of written submissions.

Cartrefi Conwy is tendering to create a Legal Services Framework with lots covering the following categories:

Lot 1 Corporate
Lot 2 Funding
Lot 3 Housing Management
Lot 4 HR & Employment
Lot 5 Property, Land & Development
Lo6 6 Fixed annual service

The estimated value of expenditure through the proposed Agreement during the 48 month period is between £600,000 and £1,200,000 excluding VAT. Current expenditure on legal services is approximately £200,000 per annum, however this comes in peaks and troughs with limited predictability. Over the duration of this proposed framework Cartrefi Conwy is seeking to expand the organisation via variety of methods and this may contribute to further spikes in expenditure on legal services.

The provided estimates of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with successful Suppliers participating in the resulting framework agreement.
         
      II.1.6)Common Procurement Vocabulary:
         79100000 - Legal 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: Yes          
         If yes, tenders should be submitted for: One or more lots

      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:
      Not Provided      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   Information About Lots
            
      Lot No: 1
      Title: Corporate

      1)Short Description:      
      Provision of legal services covering corporate requirements, for example mergers/acquisitions, constitutional changes, regulatory advice. Full information is provided within the tender documentation.

      2)Common Procurement Vocabulary:
         79100000 - Legal services.
         
      3)Quantity Or Scope:      
      Estimated framework expenditure £200,000 over the 4 year period via maximum of 3 suppliers. The provided estimates of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with successful Suppliers participating in the resulting framework agreement.            
         If known, estimated cost of works excluding VAT: 200,000
         Currency: GBP
                           
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Funding

      1)Short Description:      
      Provision of legal services covering funding requirements, for example advice regarding funding and investment, charging assets, and transfer agreements. Full information is provided within the tender documentation

      2)Common Procurement Vocabulary:
         79100000 - Legal services.
         
      3)Quantity Or Scope:      
      Estimated framework expenditure £60,000 over the 4 year period via maximum of 3 suppliers. The provided estimates of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with successful Suppliers participating in the resulting framework agreement.            
         If known, estimated cost of works excluding VAT: 60,000
         Currency: GBP
                           
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 3
      Title: Housing Management

      1)Short Description:      
      Provision of legal services covering housing management requirements, for example gas injunctions, anti-social behaviour and tenancy/housing management advice. Full information is provided within the tender documentation.

      2)Common Procurement Vocabulary:
         79100000 - Legal services.
         
      3)Quantity Or Scope:      
      Estimated framework expenditure £140,000 over the 4 year period via maximum of 3 suppliers. The provided estimates of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with successful Suppliers participating in the resulting framework agreement.            
         If known, estimated cost of works excluding VAT: 140,000
         Currency: GBP
                           
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 4
      Title: HR and Employment

      1)Short Description:      
      Provision of legal services covering HR and Employment requirements, for example tribunals, compromise agreements, TUPE and policy reviews. Full information is provided within the tender documentation

      2)Common Procurement Vocabulary:
         79100000 - Legal services.
         
      3)Quantity Or Scope:      
      Estimated framework expenditure £120,000 over the 4 year period via maximum of 3 suppliers. The provided estimates of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with successful Suppliers participating in the resulting framework agreement.            
         If known, estimated cost of works excluding VAT: 120,000
         Currency: GBP
                           
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 5
      Title: Property, Land and Development

      1)Short Description:      
      Provision of legal services covering property, land and development requirements, for example right to buy, acquisitions (land and property), lease guidance and general sales. Full information is provided within the tender documentation

      2)Common Procurement Vocabulary:
         79100000 - Legal services.
         
      3)Quantity Or Scope:      
      Estimated framework expenditure £100,000 over the 4 year period via maximum of 3 suppliers. The provided estimates of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with successful Suppliers participating in the resulting framework agreement.            
         If known, estimated cost of works excluding VAT: 100,000
         Currency: GBP
                           
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 6
      Title: Fixed annual service

      1)Short Description:      
      Provision of legal services on a fixed annual basis, a complete breakdown of the activities required from the annual service is provided within the tender documentation. However, as guidance the service includes (this is not an exhaustive list): Conveyancing and property transactions, anti-social behaviour issues, and the provision of 'community' advice.

      2)Common Procurement Vocabulary:
         79100000 - Legal services.
         
      3)Quantity Or Scope:      
      Estimated framework expenditure £220,000 over the 4 year period via maximum of 3 suppliers. The provided estimates of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with successful Suppliers participating in the resulting framework agreement.            
         If known, estimated cost of works excluding VAT: 220,000
         Currency: GBP
                           
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As detailed within the tender documentation
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      As detailed within the tender documentation
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Any supplier may be disqualified who has been convicted of:
(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);
(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1 of the Prevention of Corruption Act 1906(e);
(c) the common law offence of bribery;
(d) bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010(f), or section 113 of the Representation of the People Act 1983(g);
(e) where the offence relates to fraud affecting the European Communities' financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):—
(i) the common law offence of cheating the Revenue;
(ii) the common law offence of conspiracy to defraud;
(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);
(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(m), article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of the Companies Act 2006(o);
(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(p) or section 72 of the Value Added Tax Act 1994(q);
(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(r);
(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(s) or section 19 of the Theft Act (Northern Ireland) 1969(t);
(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(u); or
(ix) the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act;
(f) any offence listed—
(i) in section 41 of the Counter Terrorism Act 2008(a); or
(ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection;
(g) any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);
(h) money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);
(i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);
(j) an offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f);
(k) an offence under section 59A of the Sexual Offences Act 2003(g);
(l) an offence under section 71 of the Coroners and Justice Act 2009(h);
(m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or
(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive—
(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or
(ii) created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         As detailed within the tender documentation         
         Minimum Level(s) of standards possibly required:
         As detailed within the tender documentation
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As detailed within the tender documentation         
         Minimum Level(s) of standards possibly required:
         As detailed within the tender documentation      
      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: Not Provided      
      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: Not Provided
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:
                        
         Objective Criteria for choosing the limited number of candidates:
         This tender is being undertaken as a light touch procedure, in accordance with Regulations 74 – 77 of the UK statutory instrument Public Contracts Regulations 2015/102. The purpose is the creation of a framework for the provision of legal services. The approach used will be an adapted open procedure to include for a reduction of bids invited for interview based on cost and quality of written submissions. Restricted procedure has been chosen in order to permit the non-standard timeline for receipt of tenders in accordance with the flexibilities permitted by the light-touch approach.   
   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: Not Provided      
      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: 14/10/2015
      Time-limit for receipt of requests for documents or for accessing documents: 17:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 20/10/2015
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      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: 44 months from framework commencement
   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: This tender is being undertaken as a light touch procedure, in accordance with Regulations 74 – 77 of the UK statutory instrument Public Contracts Regulations 2015/102. The purpose is the creation of a framework for the provision of legal services. The approach used will be an adapted open procedure to include for a reduction of bids invited for interview based on cost and quality of written submissions. Restricted procedure has been chosen in order to permit the non-standard timeline for receipt of tenders in accordance with the flexibilities permitted by the light-touch approach.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Abergele:-Legal-services./3NS5T3GPJN

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3NS5T3GPJN
GO-2015923-PRO-7105101 TKR-2015923-PRO-7105100
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Cartrefi Conwy will incorporate a voluntary minimum ten calendar day standstill period at the point information on the award of the framework is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from Cartrefi Conwy before the framework is entered into and to start proceedings where such action is necessary.

Such additional information should be requested from the person stated in the contact details in section I.1 of this document.

The Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or 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 and within the time limits as defined in the Regulations referred to above.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 23/09/2015

ANNEX A

View any Notice Addenda

Legal Services Framework

UK-Abergele: Legal services.

Section I: Contracting Authority
   Title: UK-Abergele: Legal services.
   I.1)Name, Addresses And Contact Point(s)
      Cartrefi Conwy Cyfyngedig
      Morfa Gele, North Wales Business Park, Cae Eithin, Abergele, LL22 8LJ, United Kingdom
      Email: pwilliams@tppl.co.uk, URL: http://www.cartreficonwy.org/cartrefi/home.php
      Attn: Phillip Williams
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Legal Services Framework
      II.1.2)Short description of the contract or purchase:
      Legal services. For more information about this opportunity, please visit the Delta portal at: https://www.delta-esourcing.com/tenders/UK-Abergele:-Legal-services./3NS5T3GPJN

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/3NS5T3GPJN

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.

This tender is being undertaken as a light touch procedure, in accordance with Regulations 74 – 77 of the UK statutory instrument Public Contracts Regulations 2015/102. The purpose is the creation of a framework for the provision of legal services. The approach used will be an adapted open procedure to include for a reduction of bids invited for interview based on cost and quality of written submissions.

Cartrefi Conwy is tendering to create a Legal Services Framework with lots covering the following categories:

Lot 1 Corporate
Lot 2 Funding
Lot 3 Housing Management
Lot 4 HR & Employment
Lot 5 Property, Land & Development
Lo6 6 Fixed annual service

The estimated value of expenditure through the proposed Agreement during the 48 month period is between £600,000 and £1,200,000 excluding VAT. Current expenditure on legal services is approximately £200,000 per annum, however this comes in peaks and troughs with limited predictability. Over the duration of this proposed framework Cartrefi Conwy is seeking to expand the organisation via variety of methods and this may contribute to further spikes in expenditure on legal services.

The provided estimates of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with successful Suppliers participating in the resulting framework agreement.
      
      II.1.3)Common procurement vocabulary:
      79100000 - Legal services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Restricted       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: Not Provided      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2015 - 165460
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 13/10/2015
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction
Additional Information


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:
            
            Place of text to be modified: II.1.5) Short description of the contract or purchase(s)
            
            Instead of: Legal services. For more information about this opportunity, please visit the Delta portal at: https://www.delta-esourcing.com/tenders/UK-Abergele:-Legal-services./3NS5T3GPJN

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/3NS5T3GPJN

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call +44 8452707050 or email helpdesk@delta-esourcing.com
This tender is being undertaken as a light touch procedure, in accordance with Regulations 74-77 of the UK statutory instrument Public Contracts Regulations 2015/102. The purpose is the creation of a framework for the provision of legal services. The approach used will be an adapted open procedure to include for a reduction of bids invited for interview based on cost and quality of written submissions.
Cartrefi Conwy is tendering to create a Legal Services Framework with lots covering the following categories:
— Lot 1 Corporate;
— Lot 2 Funding;
— Lot 3 Housing Management;
— Lot 4 HR and Employment;
— Lot 5 Property, Land and Development;
— Lot 6 Fixed annual service.
The estimated value of expenditure through the proposed Agreement during the 48 month period is between 600 000 GBP and 1 200 000 GBP excluding VAT. Current expenditure on legal services is approximately 200 000 GBP per annum, however this comes in peaks and troughs with limited predictability. Over the duration of this proposed framework Cartrefi Conwy is seeking to expand the organisation via variety of methods and this may contribute to further spikes in expenditure on legal services.
The provided estimates of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with successful Suppliers participating in the resulting framework agreement.
            
            Read: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Abergele:-Legal-services./8R9WU57HN4

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8R9WU57HN4

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call +44 8452707050 or email helpdesk@delta-esourcing.com

Please be advised this tender process has had the deadline extended due to an issue with the original tender documentation.

This tender is being undertaken as a light touch procedure, in accordance with Regulations 74-77 of the UK statutory instrument Public Contracts Regulations 2015/102. The purpose is the creation of a framework for the provision of legal services. The approach used will be an adapted open procedure to include for a reduction of bids invited for interview based on cost and quality of written submissions.

Cartrefi Conwy is tendering to create a Legal Services Framework with lots covering the following categories:

— Lot 1 Corporate;
— Lot 2 Funding;
— Lot 3 Housing Management;
— Lot 4 HR and Employment;
— Lot 5 Property, Land and Development;
— Lot 6 Fixed annual service.

The estimated value of expenditure through the proposed Agreement during the 48 month period is between 600 000 GBP and 1 200 000 GBP excluding VAT. Current expenditure on legal services is approximately 200 000 GBP per annum, however this comes in peaks and troughs with limited predictability. Over the duration of this proposed framework Cartrefi Conwy is seeking to expand the organisation via variety of methods and this may contribute to further spikes in expenditure on legal services.

Any estimate of expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with successful Service Providers participating in the resulting framework agreement.
            
            Place of text to be modified: I.1) Electronic access to information:
            
            Instead of: https://www.delta-esourcing.com/tenders/UK-Abergele:-Legal-services./3NS5T3GPJN
            
            Read: https://www.delta-esourcing.com/tenders/UK-Abergele:-Legal-services./8R9WU57HN4
            
            Place of text to be modified: I.1) Electronic submission of tenders and requests to participate:
            
            Instead of: https://www.delta-esourcing.com/respond/3NS5T3GPJN
            
            Read: https://www.delta-esourcing.com/respond/8R9WU57HN4

         VI.3.4)Dates to be corrected in the original notice:
            Place of dates to be modified: IV.3.4) Time limit for receipt of tenders or requests to participate            
            Instead of: 20/10/2015 Time: 12:00
            Read: 09/11/2015 Time: 12:00

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other additional information:      
      This tender is being undertaken as a light touch procedure, in accordance with Regulations 74 – 77 of the UK statutory instrument Public Contracts Regulations 2015/102. The purpose is the creation of a framework for the provision of legal services. The approach used will be an adapted open procedure to include for a reduction of bids invited for interview based on cost and quality of written submissions. Restricted procedure has been chosen in order to permit the non-standard timeline for receipt of tenders in accordance with the flexibilities permitted by the light-touch approach.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Abergele:-Legal-services./8R9WU57HN4

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8R9WU57HN4
GO-20151019-PRO-7210956 TKR-20151019-PRO-7210955

      VI.5)Date of dispatch: 19/10/2015

View Award Notice

UK-Abergele: Legal services.

Section I: Contracting Authority
   Title: UK-Abergele: Legal services.
   I.1)Name, Addresses and Contact Point(s):
      Cartrefi Conwy Cyfyngedig
      Morfa Gele, North Wales Business Park, Cae Eithin, Abergele, LL22 8LJ, United Kingdom
      Email: pwilliams@tppl.co.uk, URL: http://www.cartreficonwy.org/cartrefi/home.php
      Attn: Phillip Williams
      Electronic Access URL: https://www.delta-esourcing.com/tenders/UK-Abergele:-Legal-services./8R9WU57HN4
      Electronic Submission URL: https://www.delta-esourcing.com/respond/8R9WU57HN4

   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: Legal Services Framework      
      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: UKL - WALES         
      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. The tender was undertaken as a light touch procedure, in accordance with Regulations 74-77 of the UK statutory instrument Public Contracts Regulations 2015/102. The purpose was the creation of a framework for the provision of legal services.

Cartrefi Conwy tendered to create a Legal Services Framework with the following lots:

— Lot 1 Corporate;
— Lot 2 Funding;
— Lot 3 Housing Management;
— Lot 4 HR and Employment;
— Lot 5 Property, Land and Development;
— Lot 6 Fixed annual service.

The estimated value of expenditure through the Agreement during its 48 month period is between 600 000 GBP and 1 200 000 GBP excluding VAT. The provided estimate of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business to be awarded to successful Service Providers participating in the framework agreement.
      II.1.5)Common procurement vocabulary:
         79100000 - Legal services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 1,200,000
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Cost - 20
         Quality (Consisting of further sub-criteria detailed in tender documentation) - 80
         
      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: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2015/S 187 - 339173 of 26/09/2015
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: 1

      V.1)Date Of Contract Award: 08/02/2016      
      V.2) Information About Offers
         Number Of Offers Received: 9          
         Number Of Offers Received By Electronic Means: 9       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Anthony Collins Solicitors LLP
         Postal address: 134 Edmund Street
         Town: Birmingham
         Postal code: B3 2ES
         Country: United Kingdom
         Email: peter.hubbard@anthonycollins.com
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   2: Award And Contract Value
      Contract No: 2

      V.1)Date Of Contract Award: 08/02/2016      
      V.2) Information About Offers
         Number Of Offers Received: 9          
         Number Of Offers Received By Electronic Means: 9       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Clarke Willmott LLP
         Postal address: 138 Edmund Street
         Town: Birmingham
         Postal code: B3 2ES
         Country: United Kingdom
         Email: Vicky.Kells@clarkewillmott.com
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   3: Award And Contract Value
      Contract No: 3

      V.1)Date Of Contract Award: 08/02/2016      
      V.2) Information About Offers
         Number Of Offers Received: 9          
         Number Of Offers Received By Electronic Means: 9       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Conwy County Borough Council
         Postal address: Legal Services, Bodlondeb
         Town: Conwy
         Postal code: LL32 8DU
         Country: United Kingdom
         Email: janet.m.hughes@conwy.gov.uk
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   4: Award And Contract Value
      Contract No: 4

      V.1)Date Of Contract Award: 08/02/2016      
      V.2) Information About Offers
         Number Of Offers Received: 9          
         Number Of Offers Received By Electronic Means: 9       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Croftons Solicitors LLP
         Postal address: The Lexicon, 10-12 Mount Street
         Town: Manchester
         Postal code: M2 5FA
         Country: United Kingdom
         Email: mike.nuttall@croftons.co.uk
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   5: Award And Contract Value
      Contract No: 5

      V.1)Date Of Contract Award: 08/02/2016      
      V.2) Information About Offers
         Number Of Offers Received: 9          
         Number Of Offers Received By Electronic Means: 9       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Forbes Solicitors
         Postal address: Rutherford House, 4 Wellington Street (St Johns)
         Town: Blackburn
         Postal code: BB1 8DD
         Country: United Kingdom
         Email: Jonathan.Holden@forbessolicitors.co.uk
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   6: Award And Contract Value
      Contract No: 6

      V.1)Date Of Contract Award: 08/02/2016      
      V.2) Information About Offers
         Number Of Offers Received: 9          
         Number Of Offers Received By Electronic Means: 9       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Trowers & Hamlins LLP
         Postal address: 3 Bunhill Row
         Town: London
         Postal code: EC1Y 8YZ
         Country: United Kingdom
         Email: mgaskell@trowers.com
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

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:
      Tender was undertaken as a light touch procedure, in accordance with Regulations 74 – 77 of the UK statutory instrument Public Contracts Regulations 2015/102. The approach used was an adapted open procedure to include for a reduction of bids invited for interview based on cost and quality of written submissions.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=191116224
GO-2016219-PRO-7781651 TKR-2016219-PRO-7781650   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Cartrefi Conwy incorporated a voluntary minimum ten calendar day standstill period at the point information on the award of the framework was communicated to tenderers. The period allows unsuccessful tenderers to seek further debriefing from Cartrefi Conwy before the framework was entered into and to start proceedings where such action is necessary.

The Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or 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 and within the time limits as defined in the Regulations referred to above.    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 19/02/2016