Contract notice

Information

Published

Date of dispatch of this notice: 06/12/2019

Expire date: 09/01/2020

External Reference: 2019-544205

TED Reference: 2019/S 238-584199

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Savings and Investments
1 Drummond Gate
London
SW1V 2QX
UK
Contact person: Jamie Thomas
Telephone: +44 07973732327
Internet address(es):
Main address: www.nsandi.com

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=31284&B=NSANDI
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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

Economic and financial affairs

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

External Legal Advice and Support to National Savings and Investments (NS&I)
Reference number:  1584
II.1.2)

Main CPV code

79111000  -  Legal advisory services
II.1.3)

Type of contract

Services
II.1.4)

Short description

2.1 NS&I is seeking to procure the provision of external legal advice and support services, to include:
a) Legal advice to support the ongoing needs of the business at the point of need. This will include, but may not be limited to, ongoing advice to manage the BPO Agreement currently with Atos IT Services UK Ltd., and specialist legal advice on matters such as Procurement, Contract Management and Contractual Change, Retail, B2B services, Data Protection, Security and Risk Management.
b) Strategic advice to support NS&I’s longer term business planning. This will include, but may not be limited to, future procurement for the delivery of outsourced elements of the business from 2024, and health checking any future plans NS&I has around business growth and development.
II.1.5)

Estimated total value

Value excluding VAT: 3500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

79140000  -  Legal advisory and information services
II.2.3)

Place of performance

Main site or place of performance:  
LONDON
II.2.4)

Description of the procurement

2.1 NS&I is seeking to procure the provision of external legal advice and support services, to include:
a) Legal advice to support the ongoing needs of the business at the point of need. This will include, but may not be limited to, ongoing advice to manage the BPO Agreement currently with Atos IT Services UK Ltd., and specialist legal advice on matters such as Procurement, Contract Management and Contractual Change, Retail, B2B services, Data Protection, Security and Risk Management.
b) Strategic advice to support NS&I’s longer term business planning. This will include, but may not be limited to, future procurement for the delivery of outsourced elements of the business from 2024, and health checking any future plans NS&I has around business growth and development.
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: 3500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Selection Critera as follows:
6.1 – Case Studies (25%)
6.2 – Experience and Specialisation of Firm – Contract Law and Contract Management (15%)
6.3 – Experience and Specialisation of Firm – Public Procurement Law and Procedures (10%)
6.4 - Experience and Specialisation of Firm – Financial Conduct and Compliance (10%)
6.5 - Experience and Specialisation of Firm – Public Private Partnerships (10%)
6.6 – Ensuring Customer Satisfaction (15%)
6.7 – Understanding of NS&I’s Requirement (15%)
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  The bidding organisation, and any relevant employees, must be appropriately authorised and registered with the relevant professional and regulatory bodies – including in particular the Solicitors Regulation Authority and the Law Society.
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:  
Bidder must employ qualified legal professionals regulated by the Solicitors Regulation Authority and the Law Society.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the 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:  09/01/2020
Local time:  16:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 15/01/2020
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

Tender must be valid until:  15/05/2020

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
UK