UK-Newcastle upon Tyne: Legal services.

UK-Newcastle upon Tyne: Legal services.
Section I: Contracting Authority
I.1) Name and addresses
NCG Corporation
Rye Hill House, Scotswood Road, Newcastle upon Tyne, NE4 7SA, United Kingdom
Tel. +44 1912004800, Email: jon.borley@ncgrp.co.uk
Contact: NCG
Main Address: https://www.ncgrp.co.uk/, Address of the buyer profile: https://neupc.delta-esourcing.com/
NUTS Code: UKC
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Newcastle-upon-Tyne:-Legal-services./FPHWS3H67H
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/FPHWS3H67H to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Legal Services for NCG
Reference Number: NCG231002T
II.1.2) Main CPV Code:
79100000 - Legal services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: For the provision of legal services to NCG across the following service areeas:
Lot 1 - Property, Estates and Construction
Lot 2 - Employment
Lot 3 - Commercial and Corporate
II.1.5) Estimated total value:
Value excluding VAT: 1,400,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1, 2 & 3

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Property, Estates and Construction
Lot No: 1
II.2.2) Additional CPV codes:
79100000 - Legal services.

II.2.3) Place of performance:
UKC NORTH EAST (ENGLAND)

II.2.4) Description of procurement: Legal services for the following:

•Acquisition of freehold land and buildings.
•Collateral warranties.
•Construction contracts and litigation.
•Dilapidation and general property related disputes Estates and FM contracts advice.
•Environmental Law.
•Health and Safety Law.
•Lease acquisition, disposal, and extension.
•Planning advice and support.
•Property development, law, and regulations.
•Property licensing.

In addition to the scope of services outlined above by lot, the Successful Bidder(s) will be expected to provide information on any relevant updates and circulars relevant to NCG, alongside a helpline for quick queries, typically taking no more than 30 minutes of the Successful Bidder(s) time for the relevant lot to which the bidder is successful.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality of Service Delivery / Weighting: 30
Quality criterion - Name: Proposed Team Sector Knowledge and Lot Experience / Weighting: 30

Cost criterion - Name: Hourly Rate / Weighting: 20
Cost criterion - Name: Capped Pricing / Weighting: 10
Cost criterion - Name: Rebate / Weighting: 10

II.2.6) Estimated value:
Value excluding VAT: 525,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals: A maximum of three Contracts per lot will be awarded following this Procurement. It is anticipated that the initial Contract will be in place for a period of 4 years commencing 1 April 2024. The Initial Period will run from 1 April 2024 to 31 March 2028. There will then be an option to extend the Contract for two further periods of two years (24 months); 1 April 2028 to 31 March 2030 and 1 April 2030 to 31 March 2032 or retender the opportunity.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/FPHWS3H67H
II.2) Description Lot No. 2

II.2.1) Title: Employment
Lot No: 2
II.2.2) Additional CPV codes:
79100000 - Legal services.

II.2.3) Place of performance:
UKC NORTH EAST (ENGLAND)

II.2.4) Description of procurement: Legal services for the following:

•Business and human rights.
•Change management.
•Cross-border acquisition, re-organisation, and outsourcing.
•Employment aspects of business-critical incidents, including competition authority investigations and treatment of implicated employees.
•Employment aspects of restructuring, including contract change and redundancy.
•Employment litigation, including discrimination.
•Executive severance, team moves and post-termination restrictions.
•Global labour law and trade union issues.
•HR support.
•HR training.
•International secondments and assignments.
•Mediation.
•Recruitment issues, model employment contracts and service agreements.
•Transfers of undertakings (protection of employment).

In addition to the scope of services outlined above by lot, the Successful Bidder(s) will be expected to provide information on any relevant updates and circulars relevant to NCG, alongside a helpline for quick queries, typically taking no more than 30 minutes of the Successful Bidder(s) time for the relevant lot to which the bidder is successful.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality of Service Delivery / Weighting: 30
Quality criterion - Name: Proposed Team Sector Knowledge and Lot Experience / Weighting: 30

Cost criterion - Name: Hourly Rate / Weighting: 20
Cost criterion - Name: Capped Pricing / Weighting: 10
Cost criterion - Name: Rebate / Weighting: 10

II.2.6) Estimated value:
Value excluding VAT: 320,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals: A maximum of three Contracts per lot will be awarded following this Procurement. It is anticipated that the initial Contract will be in place for a period of 4 years commencing 1 April 2024. The Initial Period will run from 1 April 2024 to 31 March 2028. There will then be an option to extend the Contract for two further periods of two years (24 months); 1 April 2028 to 31 March 2030 and 1 April 2030 to 31 March 2032 or retender the opportunity.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/FPHWS3H67H
II.2) Description Lot No. 3

II.2.1) Title: Commercial & Corporate
Lot No: 3
II.2.2) Additional CPV codes:
79100000 - Legal services.

II.2.3) Place of performance:
UKC NORTH EAST (ENGLAND)

II.2.4) Description of procurement: Legal services for the following:

•Alternative dispute resolution.
•Charity law and implications of re-classification of FE institutions.
•Collaboration and partnership agreements.
•Commercial agreements including subcontracts, including disputes and litigation.
•Debt collection.
•Distressed business acquisitions.
•Funding Agreements and Guidance along with relationships with funding bodies and associated bodies.
•Intellectual property advice and disputes.
•Joint Ventures and minority shareholding in other organisations.
•Mergers, de-mergers, acquisitions, and disposals.
•Model documents including Instrument and Articles of Government and statutory powers, Code of Conduct, Guide outlining governors’ responsibilities, checklist of important policies and codes for FE colleges.
•Procurement advice and disputes.
•Restructuring and insolvency.

In addition to the scope of services outlined above by lot, the Successful Bidder(s) will be expected to provide information on any relevant updates and circulars relevant to NCG, alongside a helpline for quick queries, typically taking no more than 30 minutes of the Successful Bidder(s) time for the relevant lot to which the bidder is successful.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality of Service Delivery / Weighting: 30
Quality criterion - Name: Proposed Team Sector Knowledge and Lot Experience / Weighting: 30

Cost criterion - Name: Hourly Rate / Weighting: 20
Cost criterion - Name: Capped Pricing / Weighting: 10
Cost criterion - Name: Rebate / Weighting: 10

II.2.6) Estimated value:
Value excluding VAT: 545,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals: A maximum of three Contracts per lot will be awarded following this Procurement. It is anticipated that the initial Contract will be in place for a period of 4 years commencing 1 April 2024. The Initial Period will run from 1 April 2024 to 31 March 2028. There will then be an option to extend the Contract for two further periods of two years (24 months); 1 April 2028 to 31 March 2030 and 1 April 2030 to 31 March 2032 or retender the opportunity.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/FPHWS3H67H


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.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:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 12/02/2024 Time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Until: 11/05/2024

IV.2.7) Conditions for opening of tenders:
Date: 12/02/2024
Time: 12:00
Place:
NCG, Rye Hill House


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: February 2028
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Newcastle-upon-Tyne:-Legal-services./FPHWS3H67H

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/FPHWS3H67H
VI.4) Procedures for review
VI.4.1) Review body:
NCG
Rye Hill House, Scotswood Road, Newcastle upon Tyne, NE4 7SA, United Kingdom
Tel. +44 1912004800, Email: procurement@ncgrp.co.uk
Internet address: https://www.ncgrp.co.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 12/01/2024

Annex A