Mosscare Housing Ltd: Legal Services Framework 2016

  Mosscare Housing Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Legal Services Framework 2016
Notice type: Contract Notice
Authority: Mosscare Housing Ltd
Nature of contract: Services
Procedure: Open
Short Description: Mosscare Housing Limited wish to appoint a suitably experienced panel of Solicitors firms upon whose services the Client can call upon for provision of legal services across a range of disciplines in a cost effective manner. The framework agreement will be established for three years commencing with the contract award with the option for the Client to extend for an additional year. The services required have been divided into lots covering: Property and Development, Housing Management, Employment Law, Corporate Finance, Governance and Commercial and Procurement. Appointment to Lots 1, 2 and 6 will be strictly on the basis of a non- exclusive agreement. In the case of Lots 3, 4 and 5 the intention is to appoint upon an exclusive basis for each Lot. For more information on this opportunity please visit the Delta portal: https//:Deltaesourcing.com To respond to this opportunity please visit here: https://www.delta-esourcing.com/respond/J47BZ47VG5 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.
Published: 01/02/2016 15:42
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-Manchester: Legal services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Mosscare Housing Limited
      101 Great Western Street,, Moss Side,, Manchester, M14 4AA, United Kingdom
      Tel. +44 1612325690, Email: Philip.Davies@mosscare.org.uk, URL: http://www.mosscare.org.uk, URL: http://www.mosscare.org.uk
      Contact: Procurement@mosscare.org.uk, Attn: Philip Davies
      Electronic Access URL: https://www.delta-esourcing.com
      Electronic Submission URL: https://www.delta-esourcing.com/respond/J47BZ47VG5

      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: Yes

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 2016
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 21

         Region Codes: UKD - NORTH WEST (ENGLAND)         
      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

         Duration of the framework agreement:
            Duration in year(s): 3             
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 1 and 330,252
            Currency: GBP
            
         Frequency and value of the contracts to be awarded: Frequency and value of contracts awarded will be on an as needs basis and will vary by lot and as business needs dictate.
            
      II.1.5)Short description of the contract or purchase:
      Legal services. Mosscare Housing Limited wish to appoint a suitably experienced panel of Solicitors firms upon whose services the Client can call upon for provision of legal services across a range of disciplines in a cost effective manner. The framework agreement will be established for three years commencing with the contract award with the option for the Client to extend for an additional year. The services required have been divided into lots covering: Property and Development, Housing Management, Employment Law, Corporate Finance, Governance and Commercial and Procurement.

Appointment to Lots 1, 2 and 6 will be strictly on the basis of a non- exclusive agreement. In the case of Lots 3, 4 and 5 the intention is to appoint upon an exclusive basis for each Lot.

For more information on this opportunity please visit the Delta portal: https//:Deltaesourcing.com

To respond to this opportunity please visit here: https://www.delta-esourcing.com/respond/J47BZ47VG5

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.
         
      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:
      The estimated value of expenditure on these legal services is approximately GBP110,084 per annum across all lots. 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.

Bidders should be aware that any large scale project work, and in particular but not limited to projects affecting the material structure of the Client, will not be included within the scope of this tender or the panel services required. However, if suitable, the Client has the discretion to allow those on the framework to be involved in a mini competition for large scale project work.                  
         Estimated value excluding VAT:
         Range between: 1 and 330,252
         Currency: GBP
               
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 36
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Lot 1 - Property and Development

      1)Short Description:      
      Services which the Panel member may be required to undertake will include but shall not be limited to: Land acquisition for development purposes and acquisition of units off the shelf, Construction procurement and contract, transactional and conveyancing support and Disrepair law. Full information is provided within the tender documentation. Subject to passing stage one threshold evaluation all bids for all lots will be on the basis of a 65% weighting for Quality and a 35% weighting for Cost. Full details of quality and price evaluation are set out in the tender document.

      2)Common Procurement Vocabulary:
         79100000 - Legal services.
         
      3)Quantity Or Scope:      
      Estimated expenditure for this lot over the life of the framework is GBP 22,521 based on expenditure in the past 12 months. 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.

The client wishes to appoint a minimum of two (2) and a maximum of four (4) firms to provide services contained in Lot 1. The Client retains the right however to appoint fewer or more firms if it considers it reasonable and appropriate to do so. For each matter for which the Client requires legal assistance it intends to issue a mini competition from the Framework in the form of an email request to each firm to provide a capped fee. A scope of works will be provided by the client so that the firm can accurately cost for the work to be undertaken, The Client will clearly set a timescale for expected responses and quality assessment where required. The client reserves the right to directly award work where it deems fit to do so. This will be done on the ranking basis within the tender when awarding so that the prime contractor (1st place) may be given the work without further competition and this could be in the case where timescales may not permit a mini competition.               
         Value range between: 1 and 22,521
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 36
                                          
                  
         5)Additional Information About Lots:         
            Appointment to Lots 1, 2 and 6 will be strictly on the basis of a non- exclusive agreement. In the case of Lots 3, 4 and 5 the intention is to appoint upon an exclusive basis for each Lot. On all Lots there is no guaranteed volume of work to the winning bidder whether exclusive or not. Bidders should be aware that any large scale project work, and in particular but not limited to projects affecting the material structure of the Client, will not be included within the scope of this tender or the panel services required. However, if suitable, the Client has the discretion to allow those on the framework to be involved in a mini competition for large scale project work.      
      Lot No: 2
      Title: Lot 2 - Housing Management

      1)Short Description:      
      Services which the Panel member may be required to undertake will include but shall not be limited to: Disrepair, Anti Social Behaviour and Possession, Access, Tenancy, Housing Management and general support, policies and procedures. Full information is provided within the tender documentation. Subject to passing stage one threshold evaluation all bids for all lots will be on the basis of a 65% weighting for Quality and a 35% weighting for Cost. Full details of quality and price evaluation are set out in the tender document.

      2)Common Procurement Vocabulary:
         79100000 - Legal services.
         
      3)Quantity Or Scope:      
      Estimated expenditure over the life of the framework for this lot is GBP175,036 based on expenditure in the past 12 months. 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.

The Client intends to appoint two (2) firms to provide the services contained within Lot 2. The Client retains the right however to appoint fewer or more firms if it considers it reasonable and appropriate to do so. For each matter for which the Client requires legal assistance it intends to issue a mini competition from the Framework in the form of an email request to each firm to provide a capped fee. A scope of works will be provided by the client so that the firm can accurately cost for the work to be undertaken. The Client will clearly set a timescale for expected responses and quality assessment where required. The client reserves the right to directly award work where it deems fit to do so. This will be done on the ranking basis within the tender when awarding so that the prime contractor (1st place) may be given the work without further competition and this could be in the case where timescales may not permit a mini competition.               
         Value range between: 1 and 175,036
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 36
                                          
                  
         5)Additional Information About Lots:         
            Appointment to Lots 1, 2 and 6 will be strictly on the basis of a non- exclusive agreement. In the case of Lots 3, 4 and 5 the intention is to appoint upon an exclusive basis for each Lot. On all Lots there is no guaranteed volume of work to the winning bidder whether exclusive or not. Bidders should be aware that any large scale project work, and in particular but not limited to projects affecting the material structure of the Client, will not be included within the scope of this tender or the panel services required. However, if suitable, the Client has the discretion to allow those on the framework to be involved in a mini competition for large scale project work.      
      Lot No: 3
      Title: Lot 3 - Employment law

      1)Short Description:      
      Services which the Panel member may be required to undertake will include but shall not be limited to: Legislation, Pensions, General Employment Matters, Existing Arrangements - Policy and Procedures. Full information is provided within the tender documentation. Subject to passing stage one threshold evaluation all bids for all lots will be on the basis of a 65% weighting for Quality and a 35% weighting for Cost. Full details of quality and price evaluation are set out in the tender document.

      2)Common Procurement Vocabulary:
         79100000 - Legal services.
         
      3)Quantity Or Scope:      
      Estimated expenditure over the life of the framework for this lot is GBP 13,171 based on expenditure in the past 12 months. 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.               
         Value range between: 1 and 13,171
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 36
                                          
                  
         5)Additional Information About Lots:         
            Appointment to Lots 1, 2 and 6 will be strictly on the basis of a non- exclusive agreement. In the case of Lots 3, 4 and 5 the intention is to appoint upon an exclusive basis for each Lot. On all Lots there is no guaranteed volume of work to the winning bidder whether exclusive or not. Bidders should be aware that any large scale project work, and in particular but not limited to projects affecting the material structure of the Client, will not be included within the scope of this tender or the panel services required. However, if suitable, the Client has the discretion to allow those on the framework to be involved in a mini competition for large scale project work.      
      Lot No: 4
      Title: Lot 4 - Corporate Finance

      1)Short Description:      
      Services which the Panel member may be required to undertake will include but shall not be limited to: loan facility and loan restructuring, existing security, property charging and bond security, guarantees and indemnities including pension guarantee agreements and taxation issues. Full information is provided within the tender documentation. Subject to passing stage one threshold evaluation all bids for all lots will be on the basis of a 65% weighting for Quality and a 35% weighting for Cost. Full details of quality and price evaluation are set out in the tender document.

      2)Common Procurement Vocabulary:
         79100000 - Legal services.
         
      3)Quantity Or Scope:      
      Estimated expenditure over the life of the framework for this lot is GBP 60,000 based on expenditure in the past 12 months. 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.               
         Value range between: 1 and 60,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 36
                                          
                  
         5)Additional Information About Lots:         
            Appointment to Lots 1, 2 and 6 will be strictly on the basis of a non- exclusive agreement. In the case of Lots 3, 4 and 5 the intention is to appoint upon an exclusive basis for each Lot. On all Lots there is no guaranteed volume of work to the winning bidder whether exclusive or not. Bidders should be aware that any large scale project work, and in particular but not limited to projects affecting the material structure of the Client, will not be included within the scope of this tender or the panel services required. However, if suitable, the Client has the discretion to allow those on the framework to be involved in a mini competition for large scale project work.      
      Lot No: 5
      Title: Lot 5 - Governance

      1)Short Description:      
      Services which the Panel member may be required to undertake will include but shall not be limited to: Articles of Association/Rules, Companies Act, Charities Act, Community and Benefit Society, General Matters and Intellectual Property. Full information is provided within the tender documentation. Subject to passing stage one threshold evaluation all bids for all lots will be on the basis of a 65% weighting for Quality and a 35% weighting for Cost. Full details of quality and price evaluation are set out in the tender document.

      2)Common Procurement Vocabulary:
         79100000 - Legal services.
         
      3)Quantity Or Scope:      
      Estimated expenditure over the life of the framework for this lot is GBP 51,705 based on expenditure in the past 12 months. 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.               
         Value range between: 1 and 51,705
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 36
                                          
                  
         5)Additional Information About Lots:         
            Appointment to Lots 1, 2 and 6 will be strictly on the basis of a non- exclusive agreement. In the case of Lots 3, 4 and 5 the intention is to appoint upon an exclusive basis for each Lot. On all Lots there is no guaranteed volume of work to the winning bidder whether exclusive or not. Bidders should be aware that any large scale project work, and in particular but not limited to projects affecting the material structure of the Client, will not be included within the scope of this tender or the panel services required. However, if suitable, the Client has the discretion to allow those on the framework to be involved in a mini competition for large scale project work.      
      Lot No: 6
      Title: Lot 6 - Commercial and Procurement

      1)Short Description:      
      Services which the Panel member may be required to undertake will include but shall not be limited to: Procurement, General Contracts and Service Level Agreements, partnering Agreements and Commercial Disputes. Full information is provided within the tender documentation. Subject to passing stage one threshold evaluation all bids for all lots will be on the basis of a 65% weighting for Quality and a 35% weighting for Cost. Full details of quality and price evaluation are set out in the tender document.

      2)Common Procurement Vocabulary:
         79100000 - Legal services.
         
      3)Quantity Or Scope:      
      Estimated expenditure over the life of the framework for this lot is GBP 8000 based on expenditure in the past 12 months. 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.               
         Value range between: 1 and 7,816
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 36
                                          
                  
         5)Additional Information About Lots:         
            Appointment to Lots 1, 2 and 6 will be strictly on the basis of a non- exclusive agreement. In the case of Lots 3, 4 and 5 the intention is to appoint upon an exclusive basis for each Lot. On all Lots there is no guaranteed volume of work to the winning bidder whether exclusive or not. Bidders should be aware that any large scale project work, and in particular but not limited to projects affecting the material structure of the Client, will not be included within the scope of this tender or the panel services required. However, if suitable, the Client has the discretion to allow those on the framework to be involved in a mini competition for large scale project work.         
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Refer to the tender document for details.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Refer to the tender document for details.
      
      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 information and formalities set-out in Regulations 57 and 58 of the Public Contracts Regulations 2015, and as set out in the Invitation to Tender. The Invitation to Tender must be completed and returned in accordance with the instructions and by the deadline listed in Section IV.3.4 of this notice.      
      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 document.         
         Minimum Level(s) of standards possibly required:
         As detailed within the tender document.
      
      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 document.      
      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:
      Registration with the Solicitors Regulation Authority pursuant to the Legal Services Act 2007      
      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: Open
   
   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: 08/03/2016
      Time-limit for receipt of requests for documents or for accessing documents: 14:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 09/03/2016
         Time: 16:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in month(s): 3
      
      IV.3.8)Conditions for opening tenders
         Date: 10/03/2016
         Time: 10:00
         Place:
         Mosscare Housing Limited, 101 Great Western Street, Manchester M14 4AA
         Persons authorised to be present at the opening of tenders: Yes
            Authorised officers acting an accordance with Mosscare Housing Limited Procurement and Financial Rules.


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   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. For more information about this opportunity, please visit the Delta eSourcing portal described below.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Legal-services./J47BZ47VG5

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/J47BZ47VG5
GO-201621-PRO-7693291 TKR-201621-PRO-7693290
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Royal Couts of Justice
      Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000, URL: https://justice.gov.uk

      VI.4.2)Lodging of appeals: Mosscare Housing Ltd 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 Mosscare Housing Ltd 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: 01/02/2016

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      Mossbank Homes Limited
      101 Great Western Street, Moss Side, Manchester, M14 4AA, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         2: Contracting Authority
      Mosscare Developments Limited
      101 Great Western Street, Moss Side, Manchester, M14 4AA, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         3: Contracting Authority
      Mosscare Shared Services Limited
      101 Great Western Street, Moss Side, Manchester, M14 4AA, United Kingdom

View any Notice Addenda

Legal Services Framework 2016

UK-Manchester: Legal services.

Section I: Contracting Authority
   Title: UK-Manchester: Legal services.
   I.1)Name, Addresses And Contact Point(s)
      Mosscare Housing Limited
      101 Great Western Street,, Moss Side,, Manchester, M14 4AA, United Kingdom
      Tel. +44 1612325690, Email: Philip.Davies@mosscare.org.uk, URL: http://www.mosscare.org.uk, URL: http://www.mosscare.org.uk
      Contact: Procurement@mosscare.org.uk, Attn: Philip Davies
   
   I.2)Type Of Purchasing Body
      Contracting authority       
      
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 2016
      II.1.2)Short description of the contract or purchase:
      Legal services. Mosscare Housing Limited wish to appoint a suitably experienced panel of Solicitors firms upon whose services the Client can call upon for provision of legal services across a range of disciplines in a cost effective manner. The framework agreement will be established for three years commencing with the contract award with the option for the Client to extend for an additional year. The services required have been divided into lots covering: Property and Development, Housing Management, Employment Law, Corporate Finance, Governance and Commercial and Procurement.

Appointment to Lots 1, 2 and 6 will be strictly on the basis of a non- exclusive agreement. In the case of Lots 3, 4 and 5 the intention is to appoint upon an exclusive basis for each Lot.

For more information on this opportunity please visit the Delta portal: https//:Deltaesourcing.com

To respond to this opportunity please visit here: https://www.delta-esourcing.com/respond/J47BZ47VG5

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.
      
      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): Open       
   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: 2016 - 172761
      IV.2.3)Notice to which this publication refers         
         Notice number in OJ: 2016/S 23 - 36886 of 03/02/2016      
      IV.2.4)Date of dispatch of the original Notice: 01/02/2016
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction


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

         VI.3.3)Text to be corrected in the original notice:

         VI.3.4)Dates to be corrected in the original notice:
            Place of dates to be modified: IV.3.3            
            Instead of: 08/03/2016 Time: 14:00
            Read: 15/03/2016 Time: 14:00
            Place of dates to be modified: IV.3.4            
            Instead of: 09/03/2016 Time: 16:00
            Read: 16/03/2016 Time: 16:00
            Place of dates to be modified: IV3.8            
            Instead of: 10/03/2016 Time: 10:00
            Read: 17/03/2016 Time: 14:00

         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:      
      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 described below.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=188984748
GO-2016210-PRO-7739431 TKR-2016210-PRO-7739430

      VI.5)Date of dispatch: 10/02/2016

View Award Notice

UK-Manchester: Legal services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Mosscare Housing Limited
       101 Great Western Street,, Moss Side,, Manchester, M14 4AA, United Kingdom
       Tel. +44 1612325690, Email: procurement@mosscare.org.uk
       Contact: Philip.Davies@mosscare.org.uk
       Main Address: http://www.mosscare.org.uk, Address of the buyer profile: http://www.mosscare.org.uk
       NUTS Code: UKD

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Legal Services Framework 2016            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         79100000 - Legal services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Mosscare Housing wish to appoint Solicitors firms upon whose services the Client can call upon for legal services across a range of disciplines; (Property and Development, Housing Management, Employment Law, Corporate Finance, Governance and Commercial and Procurement). The framework will run for a period of three years with a Client option to extend for a further year.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                          
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 330,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 - Property and Development   
      Lot No:1

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UKD - NORTH WEST (ENGLAND)
   
      Main site or place of performance:
      NORTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: Services which the Panel member may be required to undertake will include but shall not be limited to: Land acquisition for development purposes and acquisition of units off the shelf, Construction procurement and contract, transactional and conveyancing support and Disrepair law. Full information is provided within the tender documentation. Subject to passing stage one threshold evaluation all bids for all lots will be on the basis of a 65% weighting for Quality and a 35% weighting for Cost. Full details of quality and price evaluation are set out in the tender document.

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Price / Weighting: 35%
      Cost criterion - Name: Quality / Weighting: 65%
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 - Housing Management   
      Lot No:2

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UKD3 - Greater Manchester
   
      Main site or place of performance:
      Greater Manchester
             

      II.2.4) Description of the procurement: Services which the Panel member may be required to undertake will include but shall not be limited to: Disrepair, Anti Social Behaviour and Possession, Access, Tenancy, Housing Management and general support, policies and procedures. Full information is provided within the tender documentation. Subject to passing stage one threshold evaluation all bids for all lots will be on the basis of a 65% weighting for Quality and a 35% weighting for Cost. Full details of quality and price evaluation are set out in the tender document.

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Price / Weighting: 35%
      Cost criterion - Name: Quality / Weighting: 65%
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot 3 - Employment law   
      Lot No:3

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UKD3 - Greater Manchester
   
      Main site or place of performance:
      Greater Manchester
             

      II.2.4) Description of the procurement: Services which the Panel member may be required to undertake will include but shall not be limited to: Legislation, Pensions, General Employment Matters, Existing Arrangements - Policy and Procedures. Full information is provided within the tender documentation. Subject to passing stage one threshold evaluation all bids for all lots will be on the basis of a 65% weighting for Quality and a 35% weighting for Cost. Full details of quality and price evaluation are set out in the tender document.

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Price / Weighting: 35%
      Cost criterion - Name: Quality / Weighting: 65%
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Lot 4 - Corporate Finance   
      Lot No:4

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UKD3 - Greater Manchester
   
      Main site or place of performance:
      Greater Manchester
             

      II.2.4) Description of the procurement: Services which the Panel member may be required to undertake will include but shall not be limited to: loan facility and loan restructuring, existing security, property charging and bond security, guarantees and indemnities including pension guarantee agreements and taxation issues. Full information is provided within the tender documentation. Subject to passing stage one threshold evaluation all bids for all lots will be on the basis of a 65% weighting for Quality and a 35% weighting for Cost. Full details of quality and price evaluation are set out in the tender document.

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Price / Weighting: 35%
      Cost criterion - Name: Quality / Weighting: 65%
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Lot 5 - Governance   
      Lot No:5

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UKD3 - Greater Manchester
   
      Main site or place of performance:
      Greater Manchester
             

      II.2.4) Description of the procurement: Services which the Panel member may be required to undertake will include but shall not be limited to: Articles of Association/Rules, Companies Act, Charities Act, Community and Benefit Society, General Matters and Intellectual Property. Full information is provided within the tender documentation. Subject to passing stage one threshold evaluation all bids for all lots will be on the basis of a 65% weighting for Quality and a 35% weighting for Cost. Full details of quality and price evaluation are set out in the tender document.

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Price / Weighting: 35%
      Cost criterion - Name: Quality / Weighting: 65%
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Lot 6 - Commercial and Procurement   
      Lot No:6

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UKD3 - Greater Manchester
   
      Main site or place of performance:
      Greater Manchester
             

      II.2.4) Description of the procurement: Services which the Panel member may be required to undertake will include but shall not be limited to: Procurement, General Contracts and Service Level Agreements, partnering Agreements and Commercial Disputes. Full information is provided within the tender documentation. Subject to passing stage one threshold evaluation all bids for all lots will be on the basis of a 65% weighting for Quality and a 35% weighting for Cost. Full details of quality and price evaluation are set out in the tender document.

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Price / Weighting: 35%
      Cost criterion - Name: Quality / Weighting: 65%
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Legal Services Framework 2016    
   Lot Number: 1    
   Title: Property and Development

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/08/2016

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Hyland Legal Limited
             Imperial House, 79 - 81 Hornby Street, Bury, BL9 5BN, United Kingdom
             Tel. +44 8456250312, Fax. +44 8456251312, Email: info@hylandlegal.uk
             NUTS Code: UKD
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Ward Hadaway LLP
             11A Tower Square, Wellington Street, LEEDS, LS1 4DL, United Kingdom
             Tel. +44 1132056670, Fax. +44 1132056700, Email: info@warddadaway.com
             Internet address: http://www.wardhadaway.com/about-us/
             NUTS Code: UKE42
            The contractor is an SME: No
         
         Contractor (No.3)
             Forbes Solicitors
             Ribchester House, Lancaster Road, PRESTON, PR1 2QL, United Kingdom
             Tel. +44 1772220022, Fax. +44 1772220166, Email: info@forbessolicitors.co.uk
             Internet address: https://www.forbessolicitors.co.uk
             NUTS Code: UKD
            The contractor is an SME: No
         
         Contractor (No.4)
             Croftons Solicitors LLP
             The Lexicon, 10 - 12 Mount Street, MANCHESTER, M2 5FA, United Kingdom
             Tel. +44 1612146180, Fax. +44 1618391743, Email: info@croftons.co.uk
             Internet address: http://www.croftons.co.uk
             NUTS Code: UKD
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 22,521          
         Total value of the contract/lot: 22,521
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Legal Services Framework    
   Lot Number: 2    
   Title: Housing Management

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/08/2016

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Whiteheads Solicitors Limited
             Ordnance House, 6 East Terrace Business Park, Euston Lane, CHORLEY, PR7 6TB, United Kingdom
             Tel. +44 8448731360, Fax. +44 8444127557, Email: info@whiteheadsols.co.uk
             Internet address: http://www.whiteheadsols.co.uk/#!contact/c24vq
             NUTS Code: UKD
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Forbes Solicitors LLP
             Ribchester House, Lancaster Road, PRESTON, PR1 2QL, United Kingdom
             Tel. +44 1772220022, Fax. +44 1772220166, Email: info@forbessolicitors.co.uk
             Internet address: https://www.forbessolicitors.co.uk
             NUTS Code: UKD
            The contractor is an SME: No
         
         Contractor (No.3)
             Ward Hadaway
             1A Tower Square, Wellington Street, LEEDS, LS1 4DL, United Kingdom
             Tel. +44 1132056600, Fax. +44 1132056700, Email: info@wardhadaway.com
             Internet address: http://www.wardhadaway.com
             NUTS Code: UKD
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 175,036          
         Total value of the contract/lot: 175,036
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Employment Law

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/08/2016

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Ward Hadaway LLP
             1A Tower Square, Wellington Street, LEEDS, LS1 4DL, United Kingdom
             Tel. +44 1132056600, Fax. +44 1132056700, Email: info@wardhadaway.com
             Internet address: http://www.wardhadaway.com
             NUTS Code: UKE42
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 13,171          
         Total value of the contract/lot: 13,171
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Corporate Finance

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/08/2016

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Ward Hadaway LLP
             1A Tower Square, Wellington Street, LEEDS, LS1 4DL, United Kingdom
             Tel. +44 1132056600, Fax. +44 1132056700, Email: info@wardhadaway.com
             Internet address: http://www.wardhadaway.com
             NUTS Code: UKE42
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 60,000          
         Total value of the contract/lot: 60,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: Governance

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/08/2016

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Ward Hadaway LLP
             1A Tower Square, Wellington Street, LEEDS, LS1 4DL, United Kingdom
             Tel. +44 1132056600, Fax. +44 1132056700, Email: info@wardhadaway.com
             Internet address: http://www.wardhadaway.com
             NUTS Code: UKE42
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 51,705          
         Total value of the contract/lot: 51,705
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 6    
   Title: Commercial and Procurement

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/08/2016

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Hyland Legal
             Imperial House, 79 – 81 Hornby Street, BURY, BL9 5BN, United Kingdom
             Tel. +44 8456250312, Fax. +44 8456251312, Email: inquiries@hylandlegal.uk
             Internet address: http://www.hylandlegal.uk
             NUTS Code: UKD
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Ward Hadaway
             1A Tower Square, Wellington Street, LEEDS, LS1 4DL, United Kingdom
             Tel. +44 1132056600, Fax. +44 1132056700, Email: info@wardhadaway.com
             Internet address: http://www.wardhadaway.com
             NUTS Code: UKE42
            The contractor is an SME: No
         
         Contractor (No.3)
             Croftons Solicitors LLP
             The Lexicon, 10 - 12 Mount Street, MANCHESTER, M2 5FA, United Kingdom
             Tel. +44 1612146180, Fax. +44 1618391743, Email: info@croftons.co.uk
             Internet address: http://www.croftons.co.uk
             NUTS Code: UKD
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Forbes Solicitors
             Ribchester House, Lancaster Road, PRESTON, PR1 2QL, United Kingdom
             Tel. +44 1772220022, Fax. +44 1772220166, Email: info@forbessolicitors.co.uk
             Internet address: https://www.forbessolicitors.co.uk
             NUTS Code: UKD
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 8,000          
         Total value of the contract/lot: 8,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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 described below.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=210891896

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000
          Internet address: https://justice.gov.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Mosscare Housing Ltd 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 Mosscare Housing Ltd 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.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 03/08/2016

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Mossbank Homes Limited
       101 Great Western Street, Moss Side, Manchester, M14 4AA, United Kingdom
       Tel. +44 1612325690, Email: Gareth.Eadsforth@mosscare.org.uk
       Contact: Gareth Eadsforth
       Main Address: www.mosscare.org.uk
       NUTS Code: UKD3
   
   2: Contracting Authority
       Mosscare Developments Limited
       101 Great Western Street, Moss Side, Manchester, M14 4AA, United Kingdom
       Tel. +44 1612325690, Email: gareth.Eadsforth@mosscare.org.uk
       Contact: Gareth Eadsforth
       Main Address: www.mosscare.org.uk
       NUTS Code: UKD3
   
   3: Contracting Authority
       Mosscare Shared Services Limited
       101 Great Western Street, Moss Side, Manchester, M14 4AA, United Kingdom
       Tel. +44 1612325690, Email: Gareth.Eadsforth@mosscare.org.uk
       Contact: Gareth.Eadsforth@mosscare.org.uk
       Main Address: www.mosscare.org.uk
       NUTS Code: UKD3