invitation to tender

Contract for – Provision of Legal Services

UNSPSC CODE: 80121600

Customer: CITB NI

1. Instructions to Tenderers

Completed tenders should be returned to the Chief Executive, CITB NI, 17 Dundrod Road, Nutts Corner Crumlin, BT29 4SR by 4pm on Friday 27 January 2017.

Late tenders will not be accepted.

CITB NI is not obliged to accept the lowest or any tender.

This tender is for two separate Lots, tenderers may apply for one or two lots

Lot 1- Levy and Sundry Debt

Lot 2- General Legal Services

STAGE ONE MINIMUM STANDARDS

2. Minimum Standards of Professional Ability

Tenderers must meet the following mandatory minimum standards.

(Tenderers must describe below how they will meet each mandatory minimum standard. Failure to meet a mandatory minimum standard will result in elimination from the competition.)

LOT 1 Levy and Sundry Debt

Minimum Standards of Professional Ability
Qualifications
For Lot 1 a minimum of one named solicitor must be provided who will have overall responsibility for the delivery of levy and sundry debt service.
The named solicitor(s) must be currently entitled to practice in Northern Ireland and currently hold a practicing certificate issued by the Law Society of Northern Ireland. Copies of valid certificates must be provided.
Experience
Tenderers Response
For each member of staff proposed for the delivery of legal services relating to debt recovery and challenges against legislation, experience must be evidenced by providing 2 examples of cases completed within the last three years in the collection of debt. Examples must include industrial tribunal case/s and debt collection.
This evidence must include experience of the named solicitor(s). Examples may also be provided for non-qualified or paralegal staff but overall delivery must rest with the named solicitor(s).

Lot 2 General legal services

Minimum Standards of Professional Ability
Qualifications
For Lot 2 tenderers must provide the name(s) of the solicitor(s) proposed to provide General legal services
The named solicitor(s) must be currently entitled to practice in Northern Ireland and currently hold a practicing certificate issued by the Law Society of Northern Ireland. Copies of certificates must be provided.
Experience
Tenderers Response
For each member of staff proposed for the delivery of legal services relating to delivery of employment and other general legal services, experience must be evidenced by providing 2 examples of cases completed within the last three years in providing general legal services. This should include provision of legal advice for employment matters, property advice, tenancy agreements and general contracts for service.
This evidence must include experience only of the named solicitor(s).
All examples for key personnel must include the following:
  • Project title and description to include key issues, actions and outcomes
  • Dates for project commencement and completion of contract value
  • Individual roles and duties within each project
  • Explanation of relevance to this selection criteria

Minimum standards of Professional Ability will be on a pass/fail basis

Pass- where the tenderer has fully demonstrated their ability to meet all of the minimum standards of professional ability

Fail-where the tenderer has failed to fully demonstrate their ability to meet all of the minimum standards of professional ability

All tenderers who have demonstrated they meet the above standards will proceed to Stage 2 of the evaluation.

STAGE 2 EVALUATION CRITERIA

3. EVALUATION Criteria

Tenderers who met the mandatory minimum standards will be assessed against the following evaluation criteria. Tenderers must complete the price schedule. They must also fully address each of the non-price criteria below:

Lot 1 Levy and Sundry debt

Evaluation Criteria / Marks
Price (Please complete the price schedule)
Single hourly rate
Pre action letters
Civil Bills
Affidavits
Enforcements of Judgements Office Action / 30
5
5
5
5
Quality / Non Price Criteria
Tenderers must provide details of how assignments will be initiated and progressed, how commitment to progressing assignments at short notice will be maintained and the monitoring arrangements to be used to assure prompt progression of work and feedback on live cases every other month.
This section should include details of how the successful contractor would assess and allocate work at the point of inception, taking into account the complexity of each case, the area of law and any other specific factors. Applicants must outline their contingency arrangements in the event that any of the named individuals are unavailable. / 50

Lot 2 General Legal Services

Evaluation Criteria / Marks
Price (Please complete the price schedule)
Single hourly rate / 50
Quality / Non Price Criteria
Tenderers must provide details of how assignments will be initiated and progressed, how commitment to progressing assignments at short notice will be maintained and the monitoring arrangements to be used to assure prompt progression of work and feedback on live cases every other month.
This section should include details of how the successful contractor would assess and allocate work at the point of inception, taking into account the complexity of each case, the area of law and any other specific factors. / 50

4. Specification

The specification is attached to this document

5. Price SchedulE

Breakdown of Costs / £
Total Cost of providing the service (including VAT) / £

Please indicate what category of supplier your fit into:

Organisation Size/Number of Employees

Micro (1 to 9 staff)
Small (10 to 49 staff)
Medium (50 to 249 staff)
Large (250 or more staff)
What is your postcode?
Which council area are you/your company based in?