Skip to main content.

NCG Corporation: Legal Services for NCG

  NCG Corporation is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Legal Services for NCG
Notice type: Contract Notice
Authority: NCG Corporation
Nature of contract: Services
Procedure: Open
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
Published: 12/01/2024 15:37

View Full Notice

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


View any Notice Addenda

View Award Notice

UK-Newcastle upon Tyne: Legal services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   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.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,400,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Property, Estates and Construction   
      Lot No:1

      II.2.2) Additional CPV code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UKC - NORTH EAST (ENGLAND)
   
      Main site or place of performance:
      NORTH EAST (ENGLAND)
             

      II.2.4) Description of the 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:
      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.2.11) Information about options
         Options: 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
         

      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 code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UKC - NORTH EAST (ENGLAND)
   
      Main site or place of performance:
      NORTH EAST (ENGLAND)
             

      II.2.4) Description of the 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:
      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.2.11) Information about options
         Options: 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
         

      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 code(s):
            79100000 - Legal services.


      II.2.3) Place of performance
      Nuts code:
      UKC - NORTH EAST (ENGLAND)
   
      Main site or place of performance:
      NORTH EAST (ENGLAND)
             

      II.2.4) Description of the 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:
      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.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/FPHWS3H67H


Section IV: Procedure

IV.1) Description

   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: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2024/S 000-001154
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 1    
   Lot Number: 1    
   Title: Lot 1, Property Estates and Construction

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/03/2024

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Ward Hadaway LLP, OC430614
             Sandgate House, 102 Quayside, Newcastle Upon Tyne, NE1 3DX, United Kingdom
             Tel. +44 3301373168, Email: bids@wardhadaway.com
             Internet address: www.wardhadway.com
             NUTS Code: UKC
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 525,000          
         Total value of the contract/lot: 500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: 2    
   Lot Number: 2    
   Title: Employment

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/03/2024

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Ward Hadaway LLP, OC430614
             Sandgate House, 102 Quayside, Newcastle Upon Tyne, United Kingdom
             Tel. +44 3301373168, Email: bids@wardhadaway.com
             Internet address: www.wardhadway.com
             NUTS Code: UKC
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 320,000          
         Total value of the contract/lot: 300,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: 3    
   Lot Number: 3    
   Title: Commercial and Corporate

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/03/2024

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Muckle LLP, OC315403
             Time Central, 32 Gallowgate, Newcastle upon Tyne, NE14BF, United Kingdom
             Tel. +44 1912117845, Email: advice@muckle-llp.com
             Internet address: www.muckle-llp.com
             NUTS Code: UKC
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 550,000          
         Total value of the contract/lot: 540,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=855083355

   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.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 11/04/2024