Notice Information
Notice Title
Legal Services Framework Agreement
Notice Description
Legal services framework agreement for four Registered Social Landlords.
Lot Information
Procurement, Construction and Acquisitions
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.. 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
Renewal: Option to extend the Framework for a further one year period
Governance, Financial Management and Charity.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.. 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
Renewal: Option to extend the contract for a further period of one year.
Property ConveyancingThe 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.. 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.
Renewal: Option to extend the Framework for a further period of one year.
Housing Estate Management and FactoringThe 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.. 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
Renewal: Option to extend the Framework for a further one year.
Employment LawThe 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.. 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.
Renewal: The Framework may be extended for a further period of one year.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000496737
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN342145
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79100000 - Legal services
79110000 - Legal advisory and representation services
79140000 - Legal advisory and information services
Notice Value(s)
- Tender Value
- £2,500,000 £1M-£10M
- Lots Value
- £2,204,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Jan 20197 years ago
- Submission Deadline
- 26 Jun 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 2 Jul 20187 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MARYHILL HOUSING ASSOCIATION LTD
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- ccameron@maryhill.org.uk, ebiggs@maryhill.org.uk, nmanley@qcha.org.uk, rhartness@nghomes.net, simon@newgorbalsha.org.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- GLASGOW
- Postcode
- G20 8RG
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM34 North Lanarkshire, TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Maryhill
- Westminster Constituency
- Glasgow North
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY284234&idx=2
1st June 2017 - ESPD v1.9 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY284234&idx=3
1st June 2017 - ESPD v1.9 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY284234&idx=1
27th May 2017 - FOR INFORMATION ONLY - Legal Procurement ITT ESP 3903 -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY284234
Legal Services Framework Agreement - Legal services framework agreement for four Registered Social Landlords. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN342145
Legal Services Framework Agreement - Legal services framework agreement for four Registered Social Landlords.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000496737-2019-01-14T00:00:00Z",
"date": "2019-01-14T00:00:00Z",
"ocid": "ocds-r6ebe6-0000496737",
"initiationType": "tender",
"parties": [
{
"id": "org-13",
"name": "Maryhill Housing Association Ltd",
"identifier": {
"legalName": "Maryhill Housing Association Ltd"
},
"address": {
"streetAddress": "45 Garrioch Road",
"locality": "Glasgow",
"region": "UKM34",
"postalCode": "G20 8RG"
},
"contactPoint": {
"email": "EBiggs@maryhill.org.uk",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
}
],
"url": "http://www.maryhill.org.uk"
}
},
{
"id": "org-14",
"name": "ng homes",
"identifier": {
"legalName": "ng homes"
},
"address": {
"locality": "Glasgow",
"region": "UKM34"
},
"contactPoint": {
"email": "rhartness@nghomes.net"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
}
]
}
},
{
"id": "org-15",
"name": "New Gorbals Housing Association Ltd",
"identifier": {
"legalName": "New Gorbals Housing Association Ltd"
},
"address": {
"locality": "Glasgow",
"region": "UKM34"
},
"contactPoint": {
"email": "Simon@newgorbalsha.org.uk"
},
"roles": [
"buyer"
]
},
{
"id": "org-16",
"name": "Queens Cross Housing Association Ltd",
"identifier": {
"legalName": "Queens Cross Housing Association Ltd"
},
"address": {
"locality": "Glasgow",
"region": "UKM34"
},
"contactPoint": {
"email": "NManley@qcha.org.uk"
},
"roles": [
"buyer"
]
},
{
"id": "org-17",
"name": "Ewing Somerville Partnership (Scotland) Ltd",
"address": {
"streetAddress": "40 Speirs Wharf",
"locality": "Glasgow",
"region": "UKM34",
"postalCode": "G4 9TH"
},
"contactPoint": {
"email": "info@ewing-somerville.com",
"telephone": "+44 1413533531",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"processContactPoint"
]
},
{
"id": "org-259",
"name": "Maryhill Housing Association Ltd",
"identifier": {
"legalName": "Maryhill Housing Association Ltd"
},
"address": {
"streetAddress": "45 Garrioch Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G20 8RG"
},
"contactPoint": {
"email": "ccameron@maryhill.org.uk",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
}
],
"url": "http://www.maryhill.org.uk"
}
},
{
"id": "org-260",
"name": "ng homes",
"identifier": {
"legalName": "ng homes"
},
"address": {
"locality": "Glasgow",
"region": "UKM82"
},
"contactPoint": {
"email": "rhartness@nghomes.net"
},
"roles": [
"buyer"
]
},
{
"id": "org-261",
"name": "New Gorbals Housing Association Ltd",
"identifier": {
"legalName": "New Gorbals Housing Association Ltd"
},
"address": {
"locality": "Glasgow",
"region": "UKM82"
},
"contactPoint": {
"email": "Simon@newgorbalsha.org.uk"
},
"roles": [
"buyer"
]
},
{
"id": "org-262",
"name": "Queens Cross Housing Association Ltd",
"identifier": {
"legalName": "Queens Cross Housing Association Ltd"
},
"address": {
"locality": "Glasgow",
"region": "UKM82"
},
"contactPoint": {
"email": "NManley@qcha.org.uk"
},
"roles": [
"buyer"
]
},
{
"id": "org-263",
"name": "Harper Macleod LLP",
"identifier": {
"legalName": "Harper Macleod LLP"
},
"address": {
"streetAddress": "The Ca'd'oro, 45 Gordon Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 3PE"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-264",
"name": "TC Young Solicitors",
"identifier": {
"legalName": "TC Young Solicitors"
},
"address": {
"streetAddress": "7 West George Street",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G2 1BA"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "Maryhill Housing Association Ltd",
"id": "org-259"
},
"tender": {
"id": "ESP 3903",
"title": "Legal Services Framework Agreement",
"description": "Legal services framework agreement for four Registered Social Landlords.",
"status": "complete",
"items": [
{
"id": "2",
"additionalClassifications": [
{
"id": "79110000",
"scheme": "CPV"
},
{
"id": "79140000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM34"
},
{
"region": "UKM82"
}
],
"relatedLot": "2"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "79110000",
"scheme": "CPV"
},
{
"id": "79140000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM34"
},
{
"region": "UKM82"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"id": "79110000",
"scheme": "CPV"
},
{
"id": "79140000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM34"
},
{
"region": "UKM82"
}
],
"relatedLot": "5"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "79110000",
"scheme": "CPV"
},
{
"id": "79140000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM34"
},
{
"region": "UKM82"
}
],
"relatedLot": "3"
},
{
"id": "1",
"additionalClassifications": [
{
"id": "79110000",
"scheme": "CPV"
},
{
"id": "79140000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM34"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 2500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-06-26T12:00:00Z"
},
"documents": [
{
"id": "MAY284234",
"documentType": "contractNotice",
"title": "Legal Services Framework Agreement",
"description": "Legal services framework agreement for four Registered Social Landlords.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY284234",
"format": "text/html"
},
{
"id": "MAY284234-1",
"title": "FOR INFORMATION ONLY - Legal Procurement ITT ESP 3903",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY284234&idx=1",
"datePublished": "2017-05-27T11:10:20Z",
"dateModified": "2017-05-27T11:10:20Z",
"format": "application/msword"
},
{
"id": "MAY284234-2",
"title": "ESPD v1.9",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY284234&idx=2",
"datePublished": "2017-05-27T11:10:21Z",
"dateModified": "2017-06-01T14:29:45Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "MAY284234-3",
"title": "ESPD v1.9",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY284234&idx=3",
"datePublished": "2017-06-01T14:29:45Z",
"dateModified": "2017-06-01T14:29:45Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JAN342145",
"documentType": "awardNotice",
"title": "Legal Services Framework Agreement",
"description": "Legal services framework agreement for four Registered Social Landlords.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN342145",
"format": "text/html"
}
],
"lots": [
{
"id": "2",
"title": "Procurement, Construction and Acquisitions",
"description": "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.. 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",
"status": "complete",
"value": {
"amount": 280000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"description": "This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made via the PCS Portal. The process we will apply will be: - Statements including the specific requirements can be found within Section III.1.1, III.1.2 and III.1.3 of the Contract Notice. -Bidder's must pass the minimum standards sections of the ESPD (Scotland). Part III. and Section B of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the ESPD (Scotland) will be scored in the following way: 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. The responses to the questions of Section III of the Contract Notice will be weighted in the following way: Please see ESPD (Scotland). Question 4C.1.2: 80% 4C.6: 20%."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend the Framework for a further one year period"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "70%"
},
{
"type": "price",
"description": "30%"
}
]
}
},
{
"id": "4",
"title": "Governance, Financial Management and Charity.",
"description": "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.. 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",
"status": "complete",
"value": {
"amount": 208000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"description": "This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made via the PCS Portal. The process we will apply will be: - Statements including the specific requirements can be found within Section III.1.1, III.1.2 and III.1.3 of the Contract Notice. -Bidder's must pass the minimum standards sections of the ESPD (Scotland). Part III. and Section B of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the ESPD (Scotland) will be scored in the following way: 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. The responses to the questions of Section III of the Contract Notice will be weighted in the following way: Please see ESPD (Scotland). Question 4C.1.2: 80% 4C.6: 20%."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend the contract for a further period of one year."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "70%"
},
{
"type": "price",
"description": "30%"
}
]
}
},
{
"id": "5",
"title": "Property Conveyancing",
"description": "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.. 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.",
"status": "complete",
"value": {
"amount": 196000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"description": "This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made via the PCS Portal. The process we will apply will be: - Statements including the specific requirements can be found within Section III.1.1, III.1.2 and III.1.3 of the Contract Notice. -Bidder's must pass the minimum standards sections of the ESPD (Scotland). Part III. and Section B of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the ESPD (Scotland) will be scored in the following way: 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. The responses to the questions of Section III of the Contract Notice will be weighted in the following way: Please see ESPD (Scotland). Question 4C.1.2: 80% 4C.6: 20%."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend the Framework for a further period of one year."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "70%"
},
{
"type": "price",
"description": "30%"
}
]
}
},
{
"id": "3",
"title": "Housing Estate Management and Factoring",
"description": "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.. 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",
"status": "complete",
"value": {
"amount": 1404000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"description": "This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made via the PCS Portal. The process we will apply will be: - Statements including the specific requirements can be found within Section III.1.1, III.1.2 and III.1.3 of the Contract Notice. -Bidder's must pass the minimum standards sections of the ESPD (Scotland). Part III. and Section B of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the ESPD (Scotland) will be scored in the following way: 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. The responses to the questions of Section III of the Contract Notice will be weighted in the following way: Please see ESPD (Scotland). Question 4C.1.2: 80% 4C.6: 20%."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend the Framework for a further one year."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "70%"
},
{
"type": "price",
"description": "30%"
}
]
}
},
{
"id": "1",
"title": "Employment Law",
"description": "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.. 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.",
"status": "complete",
"value": {
"amount": 116000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"description": "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 Section III.1.1, III.1.2 and III.1.3 of the Contract Notice. -Bidder's must pass the minimum standards sections of the ESPD (Scotland). Part III. and Section B of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the ESPD (Scotland) will be scored in the following way: 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. The responses to the questions of Section III of the Contract Notice will be weighted in the following way: Please see ESPD (Scotland). Question 4C.1.2: 80% 4C.6: 20%."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The Framework may be extended for a further period of one year."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "70%"
},
{
"type": "price",
"description": "30%"
}
]
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"communication": {
"atypicalToolUrl": "http://www.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Refer to draft Invitation to Tender document attached to this OJEU Contract Notice"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2017-07-31T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "In response to question 4A.2 of the ESPD attached to this OJEU Site 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."
},
{
"type": "economic",
"description": "Refer to information provided in response to minimum level(s) of standards required.",
"minimum": "Please refer to this section when completing section 4B of the ESPD (Scotland): Question Reference 4B.1.2: Bidders bidding only for Lot 1 will require to have an average yearly turnover of 80,000.00 GBP for the last 3 years. Bidders bidding only for Lot 2 will require to have an average yearly turnover of 140,000.00 GBP in the last 3 years. Bidders bidding only for Lot 3 will require to have an average yearly turnover of 800,000.00 GBP in the last 3 year. Bidders bidding only for Lot 4 will require to have an average yearly turnover of 120,000.00 GBP in the last 3 years. Bidders bidding only for Lot 5 will require to have an average yearly turnover of 100,000.00 GBP in the last 3 years. Bidders applying for all or any combination of Lots will require to add the turnover amounts for each Lot they are applying for and compare against their annual turnover and confirm their annual turnover is sufficient to meet the requirements of each Lot AND the overall turnover amount. As evidence for this annual accounts will be requested from the bidder. Question Reference 4B.3: Where turnover information is not available for the period requested, the bidder will be required to state the date which they were setup or started trading. Question Reference 4B.4: Bidders must demonstrate a return on capital employed at a ratio of greater than zero. Ratio will be calculated as follows: net profit after tax divided by net assets (total assets less current liabilities). Bidders must demonstrate a Current Ratio of greater than 1. Current Ratio will be calculated as follows: new current assets divided by net current liabilities. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. Question Reference 4B.5.1: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employers (Compulsory)Liability Insurance - 10m GBP Public Liability Insurance - 10m GBP Professional Indemnity Insurance - 5m GBP"
},
{
"type": "technical",
"description": "Refer to information provided at Minimum Level(s) of standards required below.",
"minimum": "In response to Question 4C.1.2 Bidders will be required to provide 4 examples from the last three years that demonstrate that they have the relevant experience to deliver the service as described in Part II.2.4 of this OJEU Contract Notice and the draft Invitation to Tender document which is attached to this Notice for each Lot they are applying for. In response to Question 4C.6 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)."
},
{
"type": "technical",
"description": "Execution of the service is reserved to a particular profession"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 10
}
},
"classification": {
"id": "79100000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "The full award criteria ratios, questions, weightings and scoring regime are published in the draft ITT document. The Portal will close to questions seven days prior to the date for return of ESPDs. (SC Ref:569912)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000496737"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000496737"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "ESP 3903-1",
"title": "Employment Law",
"suppliers": [
{
"id": "org-263",
"name": "Harper Macleod LLP"
}
],
"relatedLots": [
"1"
]
},
{
"id": "ESP 3903-2",
"title": "Procurement, Construction and Acquisitions",
"suppliers": [
{
"id": "org-264",
"name": "TC Young Solicitors"
}
],
"relatedLots": [
"2"
]
},
{
"id": "ESP 3903-3",
"title": "Housing Estate Management and Factoring",
"suppliers": [
{
"id": "org-264",
"name": "TC Young Solicitors"
}
],
"relatedLots": [
"3"
]
},
{
"id": "ESP 3903-4",
"title": "Governance, Financial Management and Charity.",
"suppliers": [
{
"id": "org-263",
"name": "Harper Macleod LLP"
}
],
"relatedLots": [
"4"
]
},
{
"id": "ESP 3903-5",
"title": "Property Conveyancing",
"suppliers": [
{
"id": "org-264",
"name": "TC Young Solicitors"
}
],
"relatedLots": [
"5"
]
}
],
"contracts": [
{
"id": "ESP 3903-1",
"awardID": "ESP 3903-1",
"title": "Employment Law",
"status": "active",
"dateSigned": "2018-07-02T00:00:00Z"
},
{
"id": "ESP 3903-2",
"awardID": "ESP 3903-2",
"title": "Procurement, Construction and Acquisitions",
"status": "active",
"dateSigned": "2018-07-02T00:00:00Z"
},
{
"id": "ESP 3903-3",
"awardID": "ESP 3903-3",
"title": "Housing Estate Management and Factoring",
"status": "active",
"dateSigned": "2018-07-02T00:00:00Z"
},
{
"id": "ESP 3903-4",
"awardID": "ESP 3903-4",
"title": "Governance, Financial Management and Charity.",
"status": "active",
"dateSigned": "2018-07-02T00:00:00Z"
},
{
"id": "ESP 3903-5",
"awardID": "ESP 3903-5",
"title": "Property Conveyancing",
"status": "active",
"dateSigned": "2018-07-02T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 101-201979"
}
],
"bids": {
"statistics": [
{
"id": "529",
"measure": "lowestValidBidValue",
"value": 380
},
{
"id": "530",
"measure": "highestValidBidValue",
"value": 555
},
{
"id": "531",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "532",
"measure": "lowestValidBidValue",
"value": 385,
"relatedLot": "1"
},
{
"id": "533",
"measure": "highestValidBidValue",
"value": 470,
"relatedLot": "1"
},
{
"id": "534",
"measure": "bids",
"value": 5,
"relatedLot": "2"
},
{
"id": "535",
"measure": "lowestValidBidValue",
"value": 385,
"relatedLot": "2"
},
{
"id": "536",
"measure": "highestValidBidValue",
"value": 510,
"relatedLot": "2"
},
{
"id": "537",
"measure": "bids",
"value": 5,
"relatedLot": "3"
},
{
"id": "538",
"measure": "lowestValidBidValue",
"value": 470,
"relatedLot": "3"
},
{
"id": "539",
"measure": "highestValidBidValue",
"value": 555,
"relatedLot": "3"
},
{
"id": "540",
"measure": "bids",
"value": 5,
"relatedLot": "4"
},
{
"id": "541",
"measure": "lowestValidBidValue",
"value": 385,
"relatedLot": "4"
},
{
"id": "542",
"measure": "highestValidBidValue",
"value": 555,
"relatedLot": "4"
},
{
"id": "543",
"measure": "bids",
"value": 5,
"relatedLot": "5"
},
{
"id": "544",
"measure": "lowestValidBidValue",
"value": 21070,
"relatedLot": "5"
},
{
"id": "545",
"measure": "highestValidBidValue",
"value": 29700,
"relatedLot": "5"
}
]
}
}