Lambeth Council Legal Services Framework
Lot 1 Property, Planning and Commercial Lot 2 – Debt Collection.
United Kingdom-London: Legal services
2017/S 161-332420
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
n/a
8th Floor, Phoenix House, 10 Wandsworth Rd
London
SW8 2LL
United Kingdom
Contact person: Alison McKane
Telephone: +44 2079262353
E-mail: AMcKane@lambeth.gov.uk
NUTS code: UKInternet address(es):Main address: http://www.lambeth.gov.ukAddress of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/18
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Legal Services Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Lot 1 Property, Planning and Commercial Lot 2 — Debt Collection.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1 Property, Planning and Commercial
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Legal Services
Lot 1 — Property, Planning and Commercial.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Criteria are set out in the tender documentation.
Approximately 10 providers will be shortlisted for the tender stage.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The framework will be accessible by other London local authorities. The Council will not be liable for any costs (including 3rd party costs, etc.,) incurred by those expressing an interest or tendering. The Council reserves the rights to withdraw from or discontinue the procurement process which shall include the right not to award as a result of this call for competition. Lambeth component est 5 000 000 GBP.
II.2.1)Title:
Debt Collection
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Legal Services
Lot 2 — Debt Collection.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Criteria are set out in the tender documentation.
Approximately 5 providers will be shortlisted for the tender stage.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The framework will be accessible by other London local authorities. The Council will not be liable for any costs (including 3rd party costs, etc) incurred by those expressing an interest or tendering. The Council reserves the rights to withdraw from or discontinue the procurement process which shall include the right not to award as a result of this call for competition. Lambeth component est 5 000 000 GBP.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Applicants must be firms regulated by the Solicitors Regulation Authority or similar.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
Applicants must be firms regulated by the Solicitors Regulation Authority or similar.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
London
United Kingdom
VI.4.2)Body responsible for mediation procedures
London
United Kingdom
VI.4.3)Review procedure
In accordance with Part 3 of the Public Contracts Regulations 2015.
VI.4.4)Service from which information about the review procedure may be obtained
London
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
DWP HR Employment Advice and Training Contract
City of Liverpool College Legal Services Tender
Barnsley Council Legal Services Framework Agreement
Department of Finance Collaborative Legal Services Tender