Section one: Contracting authority
one.1) Name and addresses
Department of Levelling Up, Housing and Communities
2 Marsham Street
London
SW1P 4DF
Contact
Georgina Renn
commercialtenders@levellingup.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/ministry-of-housing-communities-and-local-government
Buyer's address
https://www.gov.uk/government/organisations/ministry-of-housing-communities-and-local-government
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://mhclg.force.com/ProSpend__eSourcing_Community_Registration?locale=uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Recovery Strategy Unit (RSU) Legal Support Services Framework
Reference number
CPD4124234
two.1.2) Main CPV code
- 79110000 - Legal advisory and representation services
two.1.3) Type of contract
Services
two.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.
It is envisaged between one and seven Lawyers/ Suppliers will be appointed to the single lot framework.
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.
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.
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.
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.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
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
Lot 1: Recovery Strategy Unit (RSU) Legal Support Services
Lot No
1
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
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
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
Envisaged maximum number of participants to the framework agreement: 7
In the case of framework agreements, provide justification for any duration exceeding 4 years:
max 4 years
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
11 July 2023
Local time
9:00am
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)
four.2.7) Conditions for opening of tenders
Date
2 June 2023
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Department of Levelling Up, Housing and Communities
2 Marsham Street
London
SW1P 4DF
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/ministry-of-housing-communities-and-local-government