Contract notice

Information

Published

Date of dispatch of this notice: 22/08/2017

Expire date: 14/09/2017

External Reference: 2017-136050

TED Reference: 2017/S 161-332420

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Lambeth
n/a
8th Floor, Phoenix House, 10 Wandsworth Rd
London
SW8 2LL
UK
Contact person: Alison McKane
Telephone: +44 2079262353
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=21350&B=LBLAMBETH
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Legal Services Framework
Reference number:  Legal Services
II.1.2)

Main CPV code

79100000  -  Legal services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Lot 1 Property, Planning & Commercial Lot 2 - Debt Collection
II.1.5)

Estimated total value

Value excluding VAT: 25000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 Property, Planning & Commercial
Lot No:  1
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Legal Services
Lot 1 - Property, Planning & Commercial
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: 5000000.00  GBP
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

Envisaged minimum number: 5  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
Criteria are set out in the tender documentation.
Approximately 10 providers will be shortlisted for the tender stage.
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
II.2.14)

Additional information

The framework will be accessible by other London local authorities. The Council will not be liable for any costs (including 3rd party costs, etc) incurred by those expressing an interest or tendering. The Council reserves the rights to withdraw from or discontinue the procurement process which shall include the right not to award as a result of this call for competition. Lambeth component est £5m.
II.2)

Description

II.2.1)

Title

Debt Collection
Lot No:  2
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Legal Services
Lot 2 - Debt Collection
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: 5000000.00  GBP
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

Envisaged minimum number: 5  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
Criteria are set out in the tender documentation.
Approximately 5 providers will be shortlisted for the tender stage
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
II.2.14)

Additional information

The framework will be accessible by other London local authorities. The Council will not be liable for any costs (including 3rd party costs, etc) incurred by those expressing an interest or tendering. The Council reserves the rights to withdraw from or discontinue the procurement process which shall include the right not to award as a result of this call for competition. Lambeth component est £5m.

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:  Applicants must be firms regulated by the Solicitors Regulation Authority or similar.
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

III.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
Applicants must be firms regulated by the Solicitors Regulation Authority or similar.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  5
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  14/09/2017
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
London
UK

VI.4.2)

Body responsible for mediation procedures

London Borough of Lambeth
London
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
In accordance with Part 3 of the Public Contracts Regulations 2015
VI.4.4)

Service from which information about the review procedure may be obtained

London Borough of Lambeth
London
UK