Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department of Levelling Up, Housing and Communities
2 Marsham Street
London
SW1P 4DF
UK
Contact person: Georgina Renn
E-mail: commercialtenders@levellingup.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/ministry-of-housing-communities-and-local-government
Address of the buyer profile: https://www.gov.uk/government/organisations/ministry-of-housing-communities-and-local-government
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://mhclg.force.com/ProSpend__eSourcing_Community_Registration?locale=uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://mhclg.force.com/ProSpend__eSourcing_Community_Registration?locale=uk
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Recovery Strategy Unit (RSU) Legal Support Services Framework
Reference number: CPD4124234
II.1.2) Main CPV code
79110000
II.1.3) Type of contract
Services
II.1.4) Short description
The Recovery Strategy Unit (RSU) part of the Department for Levelling Up, Housing and Communities (DLUHC) is looking to establish a single lot framework for the supply of Legal Support Services via a call-off basis. The framework term will be four years. <br/><br/>It is envisaged between one and seven Lawyers/ Suppliers will be appointed to the single lot framework.<br/><br/>The required services for this procurement are legal services falling within Schedule 3 of the Public Contracts Regulations 2015 (as amended by the Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 No 1319) (PCR 2015). Schedule 3 services are not subject to the full regime of PCR 2015 but are instead governed by the Light-Touch Regime (LTR) Chapter 3, Section 7, Regulations 74 to 77 of PCR 2015.<br/><br/>Neither the inclusion of a tenderer selection stage, nor the use of any language or terms found in the PRC 2015, nor the description of the procedure voluntarily adopted by the Contracting Authorities ('Open', 'Restricted', 'Competitive Procedure with Negotiation', 'Competitive Dialogue', 'Innovation Partnership' or any other description), nor any other indication, shall be taken to mean that the Contracting Authorities intends to hold itself bound by PCR 2015, save by the provisions applicable to services coming within the scope of Schedule 3 of PCR 2015.<br/><br/>The Contracting Authority will run a transparent tender process, treating all tenderers equally and will follow the basic principles of the Open Procedure (Regulation 27 of PCR 2015) to test the capacity, capability, technical and financial competence of tenderers.<br/><br/>Before accessing this tender documentation, it will be required by the Lawyers/ Supplier to complete a non-disclosure agreement (NDA) regarding this documentation and the process. Only those Suppliers/ Lawyers who have completed the NDA document and demonstrated compliance will be able to access the full suite of documents and be able to participate in this tender process. The tender deadline allows for up to 8 days for return of this documentation. DLUHC/ RSU will not extend the tender response deadline for any Lawyer/ Supplier who fails to review and return the NDA within this timeframe.
II.1.5) Estimated total value
Value excluding VAT:
5 000 000.00
GBP
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
Lot 1: Recovery Strategy Unit (RSU) Legal Support Services
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UKI32
II.2.4) Description of the procurement
It is envisaged between one and seven Lawyers/ Suppliers will be appointed to the single lot framework. Full details are within the associated tender documentation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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:
No
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 7
Justification for any framework agreement duration exceeding 4 years: max 4 years
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/07/2023
Local time: 09:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
02/06/2023
Local time: 16:00
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
Department of Levelling Up, Housing and Communities
2 Marsham Street
London
SW1P 4DF
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/ministry-of-housing-communities-and-local-government
VI.5) Date of dispatch of this notice
02/06/2023