Tender

Recovery Strategy Unit (RSU) Legal Support Services Framework

  • Department of Levelling Up, Housing and Communities

F02: Contract notice

Notice identifier: 2023/S 000-015767

Procurement identifier (OCID): ocds-h6vhtk-03d382

Published 2 June 2023, 5:21pm



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

Email

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