Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Rosebery Housing Association Limited
27671R
Third Floor, Newplan House, 41 East Street
Epsom
KT17 1BL
UK
Contact person: Graham Oliver
E-mail: graham.oliver@rosebery.org.uk
NUTS: UKJ23
Internet address(es)
Main address: www.rosebery.org.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://www.rosebery.org.uk/tender-portal
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://www.rosebery.org.uk/tender-portal
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Legal Services.
II.1.2) Main CPV code
79110000
II.1.3) Type of contract
Services
II.1.4) Short description
Legal advice and representation services pertaining to all activities of a housing association.
II.1.5) Estimated total value
Value excluding VAT:
600 000.00
EUR
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Corporate Legal Services
II.2.2) Additional CPV code(s)
79110000
II.2.3) Place of performance
NUTS code:
UKJ
II.2.4) Description of the procurement
— Loans (new and existing)
– Legal Charges;
– Treasury;
– Human Resources;
– Employment Law;
– Governance;
– Co-Operative and Community benefits Societies Law;
– Company Law;
– Regulatory Compliance;
– Procurement;
– Charity Law;
– Health and Safety.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
350 000.00
EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:
We want to build a relationship with the provider, but must guard against the potential for conflicts of interest.
II.2.10) Information about variants
Variants will be accepted:
Yes
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
Lot No: 2
II.2.1) Title
Conveyancing
II.2.2) Additional CPV code(s)
79110000
II.2.3) Place of performance
NUTS code:
UKJ
II.2.4) Description of the procurement
– Disposal of properties;
– Sales of properties;
– Acquisition of properties;
– Shared Ownership Leases.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
100 000.00
EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:
We want to build a relationship with the provider, but must guard against conflicts of interest.
II.2.10) Information about variants
Variants will be accepted:
Yes
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
Lot No: 3
II.2.1) Title
Property and development
II.2.2) Additional CPV code(s)
79110000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
— Development
– Section 106;
– Shared Ownership Leases;
– General Leases;
– Enfranchisement;
– Landlord and Tenant Act.
– Construction Law, (including contractual arrangements, warranties, bonds, consultants appointments and dispute resolution).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
74 000.00
EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:
We want to build a relationship with the provider, but need to guard against potential conflicts of interest.
II.2.10) Information about variants
Variants will be accepted:
Yes
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
Lot No: 4
II.2.1) Title
Housing Management
II.2.2) Additional CPV code(s)
79110000
II.2.3) Place of performance
NUTS code:
UKJ
II.2.4) Description of the procurement
— Anti-Social Behaviour
– Litigation;
– Disrepair (Section 11);
– Leasehold Law;
– Service Charge Legislation LVT;
– Criminal Prosecution;
– Tenancy Agreements;
– Tenancy Enforcement;
– Tenancy Design;
– Tenancy Fraud;
– Ombudsman Complaints;
– Gas Servicing Proceedings;
– Trespasser Action.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
75 000.00
EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Must be a legal services firm, eligible to provide legal services in the UK.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Must be eligible to provide legal services in the UK.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
26/05/2017
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC1A 2LL
UK
Internet address(es)
URL: https://www.justice.gov.uk/courts/rcj-rolls-building/rcj
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC1A 2LL
UK
Internet address(es)
URL: https://www.justice.gov.uk/courts/rcj-rolls-building/rcj
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
Whitehall
London
SW1A 2AS
UK
Telephone: +44 2072761234
E-mail: publiccorrespondence@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/organisations/cabinet-office
VI.5) Date of dispatch of this notice
21/04/2017