Section one: Contracting authority
one.1) Name and addresses
Maryhill Housing Association Ltd
45 Garrioch Road
Glasgow
G20 8RG
Contact
Rebecca Wilson
Telephone
+44 1419462466
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11643
one.1) Name and addresses
Queens Cross Housing Association Ltd
45 Firhill Road
Glasgow
G20 7BE
Telephone
+44 1419453003
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11502
one.1) Name and addresses
Ng Homes
50 Reidhouse Street
Glasgow
G214LS
Contact
Bob Hartness
Telephone
+44 1415606000
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA20262
one.1) Name and addresses
New Gorbals Housing Association
200 Crown Street
Glasgow
G5 9AY
Contact
Simon Metcalfe
Telephone
+44 1414293900
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11242
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Legal Services Framework Agreement
two.1.2) Main CPV code
- 79100000 - Legal services
two.1.3) Type of contract
Services
two.1.4) Short description
Legal services framework agreement for four Registered Social Landlords
two.1.5) Estimated total value
Value excluding VAT: £2,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Employment Law
Lot No
1
two.2.2) Additional CPV code(s)
- 79110000 - Legal advisory and representation services
- 79140000 - Legal advisory and information services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
The purpose of this procurement is to appoint between one and two suppliers to operate under a framework for the supply of the following
services:
i. Advice on employment contracts, recruitment, equalities issues, case law, good practice, discipline, grievance, pensions, settlement
agreements, TUPE and Terms and Conditions of Employment.
ii. Work in relation to Employment Tribunals, Employment Appeal Tribunals, etc.
Sub contracting of the works will not be acceptable.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £116,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Framework may be extended for a further period of one year.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made via the PCS Portal question and answer facility.
The process we will apply will be:
- Statements including the specific requirements can be found within the Contract Notice.
-Bidder's must pass the minimum standards sections of the SPD. Questions within the SPD will be scored on a pass/fail basis other than questions 4C1.2 and 4C6 which will be scored as follows:
0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains
insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar
nature.
3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar service to similar Clients.
Responses to the scored questions will be weighted in the following way Question 4C.1.2: 80% 4C.6: 20%.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Procurement, Construction & Acquisitions
Lot No
2
two.2.2) Additional CPV code(s)
- 79110000 - Legal advisory and representation services
- 79140000 - Legal advisory and information services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
The purpose of this procurement is to appoint between one and two Suppliers to operate under a framework agreement to supply the
following services:
i. Advice on relevant Scottish, United Kingdom and European legislation, constitutional / governance issues (regulation, charitable status,
group structures, etc).
ii. Advice on business development and diversification opportunities (including partnership working, strategic alliances, joint ventures,
acquisitions, disposals, transfers of engagement, etc).
iii. Advice on risk management / insurance, health and safety, procurement, data protection, equalities, etc.
iv. Advice on contracts relating to repairs and maintenance, development, construction, consultancy services, property and equipment
leases, ICT, disputes and arbitration, etc.
v. Advice on the processing of Shared Equity / Shared Ownership / Ownership sales, Mortgage to Rent acquisitions, land sales, acquisitions
and leases, property sales, etc.
vi. Advice on complaints management and referrals to the Scottish Public Services Ombudsman (SPSO), Home Owner Housing Panel
(HOHP), Private Rented Housing Panel (PRHP), etc.
vii. Advice around procurement legal challenges.
Sub contracting of the works will not be acceptable.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £280,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend the Framework for a further one year period
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made via the PCS Portal question and answer facility.
The process we will apply will be:
- Statements including the specific requirements can be found within the Contract Notice.
-Bidder's must pass the minimum standards sections of the SPD. Questions within the SPD will be scored on a pass/fail basis other than questions 4C1.2 and 4C6 which will be scored as follows:
0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains
insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar
nature.
3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar service to similar Clients.
Responses to the scored questions will be weighted in the following way Question 4C.1.2: 80% 4C.6: 20%.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public
Contracts (Scotland) Regulations 2015
two.2) Description
two.2.1) Title
Housing Estate Management and Factoring
Lot No
3
two.2.2) Additional CPV code(s)
- 79110000 - Legal advisory and representation services
- 79140000 - Legal advisory and information services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
The purpose of this procurement is to appoint between one and two suppliers to provide the following services:
i. Legislation and guidance on tenancy and property maintenance issues, Housing Benefit and other welfare issues, debt recovery, breaches
of tenancy, development of appropriate policies / procedures, etc for all tenancies including but not restricted to secure tenancies,
occupancy agreements; mid-market and market rents; shared ownership; Housing in Multiple Occupation, etc.
ii. Legislation and guidance on property factoring services including debt recovery, factored homeowner obligations; breaches of deed of
conditions and property factoring agreements, development of appropriate policies and procedures, factoring written statement, etc.
iii. Legislation and guidance on the private rented sector, etc.
iv Court work and litigation in relation to breaches of tenancy, breaches of deed of conditions and property factoring agreement (including
debt recovery for current tenant and factored homeowner arrears, former tenant and factored homeowner arrears, property factoring costs,
common repair charges and remedies relating to anti-social behaviour, etc) public liability, human rights, etc.
v Advice on complaints management and referrals to the Scottish Public Services Ombudsman (SPSO), Home Owner Housing Panel
(HOHP), Private Rented Housing Panel (PRHP), etc.
Sub contracting of the works will not be acceptable.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,404,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend the Framework for a further one year.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made via the PCS Portal question and answer facility.
The process we will apply will be:
- Statements including the specific requirements can be found within the Contract Notice.
-Bidder's must pass the minimum standards sections of the SPD. Questions within the SPD will be scored on a pass/fail basis other than questions 4C1.2 and 4C6 which will be scored as follows:
0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains
insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar
nature.
3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar service to similar Clients.
Responses to the scored questions will be weighted in the following way Question 4C.1.2: 80% 4C.6: 20%.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public
Contracts (Scotland) Regulations 2015
two.2) Description
two.2.1) Title
Governance, Financial Management and Charity
Lot No
4
two.2.2) Additional CPV code(s)
- 79110000 - Legal advisory and representation services
- 79140000 - Legal advisory and information services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
The purpose of this procurement is to appoint between one and two suppliers operating under a framework agreement to provide the
following services:
i Legislation and guidance on issues related to organisational governance, regulation of services and the interpretation and advice on charity
law, advice and guidance on the agreement of loan finance arrangements and associated work including the security of loans and guidance
and advice on loan covenants.
ii Advice on relevant Scottish, United Kingdom and European legislation, constitutional / governance issues (regulation, charitable status,
group structures, etc).
iii Advice on private finance arrangements, facility agreements, bonds, securities, refinancing, taxation, etc.
iv Advice on risk management / insurance, health and safety, procurement, data protection, equalities, etc.
Sub contracting of the works will not be acceptable.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £208,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend the contract for a further period of one year.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made via the PCS Portal question and answer facility.
The process we will apply will be:
- Statements including the specific requirements can be found within the Contract Notice.
-Bidder's must pass the minimum standards sections of the SPD. Questions within the SPD will be scored on a pass/fail basis other than questions 4C1.2 and 4C6 which will be scored as follows:
0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains
insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar
nature.
3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar service to similar Clients.
Responses to the scored questions will be weighted in the following way Question 4C.1.2: 80% 4C.6: 20%.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public
Contracts (Scotland) Regulations 2015
two.2) Description
two.2.1) Title
Property Conveyancing
Lot No
5
two.2.2) Additional CPV code(s)
- 79110000 - Legal advisory and representation services
- 79140000 - Legal advisory and information services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
The purpose of this procurement is to appoint between one and two suppliers to provide the following services:
Purchase and sale of individual units including residential and commercial units and shared ownership and new supply shared equity or
similar. Leasing commercial properties and granting leases for commercial properties.
Sub contracting of the works will not be acceptable.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £196,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend the Framework for a further period of one year.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made via the PCS Portal question and answer facility.
The process we will apply will be:
- Statements including the specific requirements can be found within the Contract Notice.
-Bidder's must pass the minimum standards sections of the SPD. Questions within the SPD will be scored on a pass/fail basis other than questions 4C1.2 and 4C6 which will be scored as follows:
0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains
insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar
nature.
3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar service to similar Clients.
Responses to the scored questions will be weighted in the following way Question 4C.1.2: 80% 4C.6: 20%.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public
Contracts (Scotland) Regulations 2015.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
In response to question 4A2A of the SPD attached to this Notice Bidders are required to be regulated and/or authorised (as appropriate) to practice law by the relevant professional regulatory body or bodies in the jurisdiction(s) in which they practice.
three.1.2) Economic and financial standing
List and brief description of selection criteria
The relevant selection criteria is set out in the SPD
Minimum level(s) of standards possibly required
The minimum levels are set out in the SPD
three.1.3) Technical and professional ability
List and brief description of selection criteria
The relevant selection criteria are set out in the SPD
Minimum level(s) of standards possibly required
The minimum levels are set out in the SPD
three.2) Conditions related to the contract
three.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
Bidders are required to be regulated and/or authorised (as appropriate) to practice law by the relevant professional regulatory body or bodies in the jurisdiction(s) in which they practice.
Unless otherwise agreed (e.g. in the case of proposed paralegal or trainee solicitors) individuals delivering services under the framework must be legally qualified and must hold an unrestricted practicing certificate issued by the relevant professional regulatory body (e.g. the Law Society of Scotland).
three.2.2) Contract performance conditions
The contract performance conditions will be set out in the Invitation to Tender issued at Stage 2 of the process
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
Restricted 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
Envisaged maximum number of participants to the framework agreement: 10
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 March 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 March 2022
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
Duration in months: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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 full award criteria ratios, questions, weightings and scoring regime, community benefits requirements and details of contract specification will be published in the ITT document at Stage 2 of the process.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=683712.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community Benefits requirements will be set out in the ITT document which will be issued at Stage 2 of the process
(SC Ref:683712)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=683712
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Sheriff Clerk's Office, PO Box 23, 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom