Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Legal Services for East Renfrewshire Council & Renfrewshire Council

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04d500
Published by:
East Renfrewshire Council
Authority ID:
AA22126
Publication date:
26 February 2025
Deadline date:
24 February 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

East Renfrewshire Council is inviting tenders, from suitably qualified companies to advise and assist both East Renfrewshire and Renfrewshire Council for the provision of Legal Services

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

East Renfrewshire Council

Eastwood HQ, Eastwood Park,

Giffnock

G46 6UG

UK

Contact person: May Harvey-Welsh

Telephone: +44 1415773669

E-mail: may.harvey-welsh@eastrenfrewshire.gov.uk

NUTS: UKM83

Internet address(es)

Main address: http://www.eastrenfrewshire.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Legal Services for East Renfrewshire Council & Renfrewshire Council

Reference number: ERC000397

II.1.2) Main CPV code

79100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

East Renfrewshire Council is inviting tenders, from suitably qualified companies to advise and assist both East Renfrewshire and Renfrewshire Council for the provision of Legal Services

II.1.5) Estimated total value

Value excluding VAT: 2 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Land & Property

II.2.2) Additional CPV code(s)

79100000

79110000

II.2.3) Place of performance

NUTS code:

UKM83

II.2.4) Description of the procurement

To advise on all aspects of land and property, including Compulsory Purchase Orders, Acquisitions & Disposals, Statutory Planning Processes and Conveyancing

II.2.5) Award criteria

Criteria below:

Quality criterion: Experience/Case Study / Weighting: 10

Quality criterion: Key Personnel Project Team / Weighting: 40

Quality criterion: Service Delivery / Weighting: 10

Quality criterion: Added Value / Weighting: 2.5

Quality criterion: Project Management Quality Control / Weighting: 15

Quality criterion: Community Benefits / Weighting: 10

Quality criterion: Fair Working Practices / Weighting: 5

Quality criterion: Carbon Footprint / Weighting: 2.5

Quality criterion: Exit Plan / Weighting: 5

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

options to extend 2 x 12 months periods

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.

Lot No: 2

II.2.1) Title

Subsidy Control, Completion, Vires & Judicial Review

II.2.2) Additional CPV code(s)

79100000

79110000

II.2.3) Place of performance

NUTS code:

UKM83

II.2.4) Description of the procurement

Advising and assisting East Renfrewshire or Renfrewshire Council on all aspects of Subsidy Control, competition law, vires and judicial review

II.2.5) Award criteria

Criteria below:

Quality criterion: Experience Case Study / Weighting: 10

Quality criterion: Key Personnel Project Team / Weighting: 40

Quality criterion: Service Delivery / Weighting: 10

Quality criterion: Added Value / Weighting: 2.5

Quality criterion: Project Management Quality Control / Weighting: 15

Quality criterion: Community Benefits / Weighting: 10

Quality criterion: Fair Working Practices / Weighting: 5

Quality criterion: Carbon Footprint / Weighting: 2.5

Quality criterion: Exit Plan / Weighting: 5

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

options to extend for 2 x 12 month extension

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016

Lot No: 3

II.2.1) Title

Infrastructure & Projects

II.2.2) Additional CPV code(s)

79100000

79110000

II.2.3) Place of performance

NUTS code:

UKM83

II.2.4) Description of the procurement

Advising and assisting East Renfrewshire or Renfrewshire Council on all aspects of non contentious construction, including EU Procurement advice, contentious construction issues and general legal advice relating to City Deal, Regeneration, Development and / or other Council projects

II.2.5) Award criteria

Criteria below:

Quality criterion: Experience Case Study / Weighting: 10

Quality criterion: Key Personnel Project Team / Weighting: 40

Quality criterion: Service Delivery / Weighting: 10

Quality criterion: Added Value / Weighting: 2.5

Quality criterion: Project Management Quality Control / Weighting: 15

Quality criterion: Community Benefits / Weighting: 10

Quality criterion: Fair Working Practices / Weighting: 5

Quality criterion: Carbon Footprint / Weighting: 2.5

Quality criterion: Exit Plan / Weighting: 5

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 months options to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.

Lot No: 4

II.2.1) Title

Contentious Construction

II.2.2) Additional CPV code(s)

79100000

79110000

II.2.3) Place of performance

NUTS code:

UKM83

II.2.4) Description of the procurement

Advising and assisting East Renfrewshire or Renfrewshire Council on contentious construction issues relating to City Deal, Regeneration, Development and / or other council projects

II.2.5) Award criteria

Criteria below:

Quality criterion: Experience Case Study / Weighting: 10

Quality criterion: Key Personnel Projcet Team / Weighting: 40

Quality criterion: Economic Conditions/Covid / Weighting: 5

Quality criterion: Service Delivery / Weighting: 10

Quality criterion: Added Value / Weighting: 2.5

Quality criterion: Project Management Quality Control / Weighting: 10

Quality criterion: Community Benifts / Weighting: 10

Quality criterion: Fair Working Practices / Weighting: 5

Quality criterion: Carbon Footprint / Weighting: 2.5

Quality criterion: Exit Plan / Weighting: 5

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend 2 x 12 month extensions

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.

Lot No: 5

II.2.1) Title

Rail Related Infrastructure Projects

II.2.2) Additional CPV code(s)

79100000

79110000

II.2.3) Place of performance

NUTS code:

UKM83

II.2.4) Description of the procurement

Advising and assisting East Renfrewshire or Renfrewshire Council as defined in all other lots, specifically for projects which include rail industry requirements. Individual requirements for this project may also be called off under any

other relevant lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Experience Case Study / Weighting: 10

Quality criterion: Key Personnel Project Team / Weighting: 40

Quality criterion: Service Delivery / Weighting: 10

Quality criterion: Added Value / Weighting: 2.5

Quality criterion: Project Management / Weighting: 15

Quality criterion: Community Benefits / Weighting: 10

Quality criterion: Fair Working Practices / Weighting: 5

Quality criterion: Carbon Footprint / Weighting: 2.5

Quality criterion: Exit Plan / Weighting: 5

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

option to extend 2 x 12 months extension period

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.

Lot No: 6

II.2.1) Title

Employment

II.2.2) Additional CPV code(s)

79100000

79110000

II.2.3) Place of performance

NUTS code:

UKM83

II.2.4) Description of the procurement

Advising, assisting and representation to East Renfrewshire or Renfrewshire Council on all aspects of employment law including, but not limited to, the matters listed in the scope of requirements below. Advice and representation on equal pay and related discrimination claims arising from the Council’s pay and grading structure are excluded from this lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Experience Case Study / Weighting: 10

Quality criterion: Key Personnel Project Team / Weighting: 40

Quality criterion: Service Delivery / Weighting: 10

Quality criterion: Changes in the Law / Weighting: 5

Quality criterion: Added Value / Weighting: 2.5

Quality criterion: Project Management Quality Control / Weighting: 10

Quality criterion: Community Benefits / Weighting: 10

Quality criterion: Fair Working Practices / Weighting: 5

Quality criterion: Carbon Footprint / Weighting: 2.5

Quality criterion: Exit Plan / Weighting: 5

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 2 x 12 month periods

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.

Lot No: 7

II.2.1) Title

General Litigation

II.2.2) Additional CPV code(s)

79100000

79110000

II.2.3) Place of performance

NUTS code:

UKM83

II.2.4) Description of the procurement

Advising and assisting East Renfrewshire or Renfrewshire Council on all aspects of civil litigation, including representation at courts and tribunals as required.

II.2.5) Award criteria

Criteria below:

Quality criterion: Experience Case Study / Weighting: 10

Quality criterion: Key Personnel Project Team / Weighting: 40

Quality criterion: Scottish Civil Courts Reforms / Weighting: 5

Quality criterion: Service Delivery / Weighting: 10

Quality criterion: Added Value / Weighting: 2.5

Quality criterion: Project Management Quality Control / Weighting: 10

Quality criterion: Community Benefits / Weighting: 10

Quality criterion: Fair Working Practices / Weighting: 5

Quality criterion: Carbon Footprint / Weighting: 2.5

Quality criterion: Exit Plan / Weighting: 5

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

option to extend for 2 x 12 month extension periods

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.

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:

Due to the nature of the services it is mandatory that all of the successful contractor’s staff or staffs of a sub-contractor(s) hold:

LLB in Scots Law , Bachelors of Law

Diploma in Legal Practice.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

The Council reserves the right at its own discretion to seek information from the applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant’s economic and financial standing. East Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these goods, works or services.

Where an economic operator wishes to be considered for selection under this contract but cannot meet the turnover and/or Credit Safe score of 30 that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for any contract award (Regulation 61(8)). Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information.

Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and

Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require that the consortium, as a group, can meet the financial selection requirements contained in the procurement documents. Where a bidder is part of a Consortium, it shall procure the execution and delivery to the Employer of a Consortium Guarantee (in the form provided by the council) executed by each member of the Consortium (acting as Consortium guarantor) in Self Proving Form.

The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents.


Minimum level(s) of standards required:

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:

Employer’s (Compulsory) Liability Insurance = 10 million GBP

Public Liability Insurance 5 million GBP

Professional Indemnity Insurance 2 million GBP

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Selection criteria as stated in the procurement documents.

Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. Bidders must provide a response at SPD Q4.C.4 and this will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of

a) their standard payment terms.

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance. It should be noted that where a bidder is unable to confirm or provide a satisfactory improvement plan the Council reserves the right to remove you from the process.

Bidders are required to confirm whether they intend to subcontract and if so for what proportion of the contract.

Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) Subcontractors Supplier Response is completed and uploaded at question 2C.1 of the qualification envelope.


Minimum level(s) of standards required:

Personnel performing this contract must hold the following qualifications

LLB in Scots Law

Bachelors of Law

Diploma in Legal Practice.

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Legal Services

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 24/02/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 24/02/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Once 24 months plus 2 x 12 month extension periods if used

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22716. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community Benefits will apply where a supplier has been successfully awarded contracts that have an accumulated annual value of 50,000 GBP and over for each council participating. Each Council will be responsible for collecting their own community benefit points at the end of each financial year / Other review if required a review of the level of work commissioned to each supplier will be conducted. The number of community benefits points will be determined and the supplier contacted to agree the community benefit outcomes and delivery method. There is no limit to the Community Benefit that a tenderer may offer and the total Community Benefit Points may exceed the stated expectation.

Bidders should be aware that failure to agree outcomes and delivery method may impact on the work commissioned through the framework for the following years.

(SC Ref:783244)

VI.4) Procedures for review

VI.4.1) Review body

Paisley Shariff Court and Justice of the Peace

St James Street

Paisley

PA3 2HW

UK

E-mail: paisley@scotcourts.gov.uk

Internet address(es)

URL: www.scotcourts.gov.uk/the-courts/court-locations/paisley-sheriff-court-and-justice-of-the-peace-court

VI.5) Date of dispatch of this notice

21/01/2025

Coding

Commodity categories

ID Title Parent category
79110000 Legal advisory and representation services Legal services
79100000 Legal services Business services: law, marketing, consulting, recruitment, printing and security

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
may.harvey-welsh@eastrenfrewshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.