Section one: Contracting authority
one.1) Name and addresses
NCG Corporation
Rye Hill House, Scotswood Road
Newcastle upon Tyne
NE4 7SA
Contact
NCG
Telephone
+44 1912004800
Country
United Kingdom
Region code
UKC - North East (England)
Internet address(es)
Main address
Buyer's address
https://neupc.delta-esourcing.com/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-Newcastle-upon-Tyne:-Legal-services./FPHWS3H67H
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-title/FPHWS3H67H
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Legal Services for NCG
Reference number
NCG231002T
two.1.2) Main CPV code
- 79100000 - Legal services
two.1.3) Type of contract
Services
two.1.4) Short description
For the provision of legal services to NCG across the following service areeas:
Lot 1 - Property, Estates and Construction
Lot 2 - Employment
Lot 3 - Commercial and Corporate
two.1.5) Estimated total value
Value excluding VAT: £1,400,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1, 2 & 3
two.2) Description
two.2.1) Title
Property, Estates and Construction
Lot No
1
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
NORTH EAST (ENGLAND)
two.2.4) Description of the procurement
Legal services for the following:
•Acquisition of freehold land and buildings.
•Collateral warranties.
•Construction contracts and litigation.
•Dilapidation and general property related disputes Estates and FM contracts advice.
•Environmental Law.
•Health and Safety Law.
•Lease acquisition, disposal, and extension.
•Planning advice and support.
•Property development, law, and regulations.
•Property licensing.
In addition to the scope of services outlined above by lot, the Successful Bidder(s) will be expected to provide information on any relevant updates and circulars relevant to NCG, alongside a helpline for quick queries, typically taking no more than 30 minutes of the Successful Bidder(s) time for the relevant lot to which the bidder is successful.
two.2.5) Award criteria
Quality criterion - Name: Quality of Service Delivery / Weighting: 30
Quality criterion - Name: Proposed Team Sector Knowledge and Lot Experience / Weighting: 30
Cost criterion - Name: Hourly Rate / Weighting: 20
Cost criterion - Name: Capped Pricing / Weighting: 10
Cost criterion - Name: Rebate / Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £525,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
A maximum of three Contracts per lot will be awarded following this Procurement. It is anticipated that the initial Contract will be in place for a period of 4 years commencing 1 April 2024. The Initial Period will run from 1 April 2024 to 31 March 2028. There will then be an option to extend the Contract for two further periods of two years (24 months); 1 April 2028 to 31 March 2030 and 1 April 2030 to 31 March 2032 or retender the opportunity.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/FPHWS3H67H
two.2) Description
two.2.1) Title
Employment
Lot No
2
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
NORTH EAST (ENGLAND)
two.2.4) Description of the procurement
Legal services for the following:
•Business and human rights.
•Change management.
•Cross-border acquisition, re-organisation, and outsourcing.
•Employment aspects of business-critical incidents, including competition authority investigations and treatment of implicated employees.
•Employment aspects of restructuring, including contract change and redundancy.
•Employment litigation, including discrimination.
•Executive severance, team moves and post-termination restrictions.
•Global labour law and trade union issues.
•HR support.
•HR training.
•International secondments and assignments.
•Mediation.
•Recruitment issues, model employment contracts and service agreements.
•Transfers of undertakings (protection of employment).
In addition to the scope of services outlined above by lot, the Successful Bidder(s) will be expected to provide information on any relevant updates and circulars relevant to NCG, alongside a helpline for quick queries, typically taking no more than 30 minutes of the Successful Bidder(s) time for the relevant lot to which the bidder is successful.
two.2.5) Award criteria
Quality criterion - Name: Quality of Service Delivery / Weighting: 30
Quality criterion - Name: Proposed Team Sector Knowledge and Lot Experience / Weighting: 30
Cost criterion - Name: Hourly Rate / Weighting: 20
Cost criterion - Name: Capped Pricing / Weighting: 10
Cost criterion - Name: Rebate / Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £320,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
A maximum of three Contracts per lot will be awarded following this Procurement. It is anticipated that the initial Contract will be in place for a period of 4 years commencing 1 April 2024. The Initial Period will run from 1 April 2024 to 31 March 2028. There will then be an option to extend the Contract for two further periods of two years (24 months); 1 April 2028 to 31 March 2030 and 1 April 2030 to 31 March 2032 or retender the opportunity.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/FPHWS3H67H
two.2) Description
two.2.1) Title
Commercial & Corporate
Lot No
3
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
NORTH EAST (ENGLAND)
two.2.4) Description of the procurement
Legal services for the following:
•Alternative dispute resolution.
•Charity law and implications of re-classification of FE institutions.
•Collaboration and partnership agreements.
•Commercial agreements including subcontracts, including disputes and litigation.
•Debt collection.
•Distressed business acquisitions.
•Funding Agreements and Guidance along with relationships with funding bodies and associated bodies.
•Intellectual property advice and disputes.
•Joint Ventures and minority shareholding in other organisations.
•Mergers, de-mergers, acquisitions, and disposals.
•Model documents including Instrument and Articles of Government and statutory powers, Code of Conduct, Guide outlining governors’ responsibilities, checklist of important policies and codes for FE colleges.
•Procurement advice and disputes.
•Restructuring and insolvency.
In addition to the scope of services outlined above by lot, the Successful Bidder(s) will be expected to provide information on any relevant updates and circulars relevant to NCG, alongside a helpline for quick queries, typically taking no more than 30 minutes of the Successful Bidder(s) time for the relevant lot to which the bidder is successful.
two.2.5) Award criteria
Quality criterion - Name: Quality of Service Delivery / Weighting: 30
Quality criterion - Name: Proposed Team Sector Knowledge and Lot Experience / Weighting: 30
Cost criterion - Name: Hourly Rate / Weighting: 20
Cost criterion - Name: Capped Pricing / Weighting: 10
Cost criterion - Name: Rebate / Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £545,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
A maximum of three Contracts per lot will be awarded following this Procurement. It is anticipated that the initial Contract will be in place for a period of 4 years commencing 1 April 2024. The Initial Period will run from 1 April 2024 to 31 March 2028. There will then be an option to extend the Contract for two further periods of two years (24 months); 1 April 2028 to 31 March 2030 and 1 April 2030 to 31 March 2032 or retender the opportunity.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/FPHWS3H67H
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 February 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 11 May 2024
four.2.7) Conditions for opening of tenders
Date
12 February 2024
Local time
12:00pm
Place
NCG, Rye Hill House
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: February 2028
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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 at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Newcastle-upon-Tyne:-Legal-services./FPHWS3H67H" target="_blank">https://neupc.delta-esourcing.com/tenders/UK-UK-Newcastle-upon-Tyne:-Legal-services./FPHWS3H67H
To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/FPHWS3H67H" target="_blank">https://neupc.delta-esourcing.com/respond/FPHWS3H67H
GO Reference: GO-2024112-PRO-24948099
six.4) Procedures for review
six.4.1) Review body
NCG
Rye Hill House, Scotswood Road
Newcastle upon Tyne
NE4 7SA
Telephone
+44 1912004800
Country
United Kingdom