Legal Services Tender Birmingham
Provision of legal services covering all aspects of Corporate Governance (Lot 1) and Housing Management (Lot 2).
United Kingdom-Birmingham: Legal services
2015/S 044-076494
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Castle Vale Community Housing Association
11 High Street, Castle Vale
Contact point(s): Service Matters part of Orbit Group
For the attention of: Peter Mottershead
B35 7PR Birmingham
UNITED KINGDOM
Telephone: +44 2476437053
E-mail: procurementadminteam@orbit.org.uk
Internet address(es):
General address of the contracting authority: http://www.cvcha.org.uk
Address of the buyer profile: www.housingprocurement.com
Further information can be obtained from: Castle Vale Community Housing Association
All information is available by registering on www.housingprocurement.com
Contact point(s): www.housingprocurement.com
N/A N/A
UNITED KINGDOM
Telephone: +44 2476437053
E-mail: procurementadminteam@orbit.org.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Castle Vale Community Housing Association
All information is available by registering on www.housingprocurement.com
Contact point(s): www.housingprocurement.com
N/A N/A
UNITED KINGDOM
Telephone: +44 2476437053
E-mail: procurementadminteam@orbit.org.uk
Tenders or requests to participate must be sent to: Castle Vale Community Housing Association
All information is available by registering on www.housingprocurement.com
Contact point(s): www.housingprocurement.com
N/A N/A
UNITED KINGDOM
Telephone: +44 2476437053
E-mail: procurementadminteam@orbit.org.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 21: Legal services
NUTS code UKG
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
As a part B service the full regulatory requirement on numbers does not apply.
See documentation on tender website www.housingprocurement.com for further information.
II.1.6)Common procurement vocabulary (CPV)
79100000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Tender is split into 2 Lots overview as follows.
Lot 1: Governance, Corporate, Human Resources and Regulation, Finance and Securitisation, Development and Home Ownership. Spend per annum circa 49 350 GBP pa.
Lot 2: Housing, Property Management and Asset Management. Spend per annum circa 56 600 GBP pa.
Specification of the services required can be downloaded by expressing an interest in the project via website www.housingprocurement.com
Estimated value excluding VAT:
Range: between 520 000 and 540 000 GBP
II.2.2)Information about options
Description of these options: The contract will include a unilateral and discretionary option for the Client to extend the initial term of the contract (being for a period of 36 months) by an option to extend annually thereafter for a maximum up to a 24 further months.
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Governance, Corporate, HR and Regulation, Finance and Securitisation, Development and Home Ownership
1)Short description
2)Common procurement vocabulary (CPV)
79100000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 240 000 and 250 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2Lot title: Housing, Property Management and Asset Management.
1)Short description
2)Common procurement vocabulary (CPV)
79100000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 280 000 and 290 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Submission of completed pre-qualification questionnaire required.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a pre-qualification questionnaire (PQQ) consistent with the provisions of Directive 2004/18/EEC. The PQQ is available to download by expressing an interest in the project on the website www.housingprocurement.com
PQQ must be returned by the date stipulated in IV.3.4.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a pre-qualification questionnaire (PQQ) consistent with the provisions of Directive 2004/18/EEC. The PQQ is available to download by expressing an interest in the project on the website www.housingprocurement.com
PQQ must be returned by the date stipulated in IV.3.4.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Envisaged minimum number 6 (3 per lot); and maximum number 10 (5 per lot). Objective criteria for choosing the limited number of candidates: It is envisaged that a maximum of 5 operators will be invited to tender for each lot, based on assessment of the information provided in response to the pre-qualification questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with the Public Contracts Regulations 2006 (as amended 2009) available athttp://www.legislation.gov.uk/
VI.5)Date of dispatch of this notice: