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

Legal Services Framework

  • First published: 01 June 2022
  • Last modified: 01 June 2022

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)

Contents

Summary

OCID:
ocds-h6vhtk-034237
Published by:
Financial Services Compensation Scheme
Authority ID:
AA77150
Publication date:
01 June 2022
Deadline date:
01 July 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

General English Law to include, Financial services and regulatory law, Legal and regulatory framework applicable to FSCS, Insolvency and restructuring, Public and administrative law, Data protection, freedom of information and privacy Company law, General commercial and contract drafting and advice, Public procurement law, Outsourcing, including TUPE, Commercial property, Banking and finance and Litigation/Dispute Resolution and enforcement, including non-UK jurisdiction.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Financial Services Compensation Scheme

10th Floor, Beaufort House, 15 St. Botolph Street

London

EC3A 7QU

UK

Contact person: Procurement

Telephone: +44 2073758175

E-mail: Procurement@fscs.org.uk

NUTS: UKI

Internet address(es)

Main address: www.fscs.org.uk

Address of the buyer profile: www.fscs.org.uk

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-London:-Legal-services./232365UCBY


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.delta-esourcing.com


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Economic and financial affairs

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Legal Services Framework

Reference number: FSCS424

II.1.2) Main CPV code

79100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

FSCS is seeking to appoint a number of providers of professional legal services under a multi-provider, multi-lot Framework Agreement. The Framework consists of three Lots; General English Law, Scots Law and Employment law and ancillary legal services.

This procurement is being conducted under the Light Touch Regime ('LTR') and is therefore subject to limited regulation. It will be conducted in accordance with regulations 74 to 76 of PCR 2015, and relates to the legal services which are listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) as a specific service.

II.1.5) Estimated total value

Value excluding VAT: 21 000 000.00  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: 3

II.2) Description

Lot No: 1

II.2.1) Title

General English Law

II.2.2) Additional CPV code(s)

79110000

79111000

79112000

79130000

79140000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

General English Law to include, Financial services and regulatory law, Legal and regulatory framework applicable to FSCS, Insolvency and restructuring, Public and administrative law, Data protection, freedom of information and privacy Company law, General commercial and contract drafting and advice, Public procurement law, Outsourcing, including TUPE, Commercial property, Banking and finance and Litigation/Dispute Resolution and enforcement, including non-UK jurisdiction.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The initial term of the Framework Agreement is to be for a period of 3 years (thirty-six months) and there will be an option for FSCS to extend that initial term for a further 12 (a potential total term of 4 years (48 months)).

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

Envisaged number of candidates: 10

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

Lot No: 2

II.2.1) Title

Scots Law

II.2.2) Additional CPV code(s)

79110000

79111000

79112000

79130000

79140000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Scots Law to include, Financial services and regulatory law, Legal and regulatory framework applicable to FSCS, Insolvency and restructuring, Public and administrative law, Data protection, freedom of information and privacy Company law, General commercial and contract drafting and advice, Public procurement law, Outsourcing, excluding TUPE, Commercial property, Banking and finance and Litigation/Dispute Resolution and enforcement, including non-UK jurisdiction.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 400 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The initial term of the Framework Agreement is to be for a period of 3 years (thirty-six months) and there will be an option for FSCS to extend that initial term for a further 12 (a potential total term of 4 years (48 months)).

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

Envisaged number of candidates: 5

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

Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage

Lot No: 3

II.2.1) Title

Employment law and ancillary legal services

II.2.2) Additional CPV code(s)

79110000

79111000

79112000

79130000

79140000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Employment law and ancillary legal services

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 200 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The initial term of the Framework Agreement is to be for a period of 3 years (thirty-six months) and there will be an option for FSCS to extend that initial term for a further 12 (a potential total term of 4 years (48 months)).

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

Envisaged number of candidates: 5

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

Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted 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: 01/07/2022

Local time: 14:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 02/08/2022

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)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

2026

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://www.delta-esourcing.com/tenders/UK-UK-London:-Legal-services./232365UCBY

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/232365UCBY

GO Reference: GO-2022531-PRO-20233455

VI.4) Procedures for review

VI.4.1) Review body

Financial Services Compensation Scheme

Beaufort House, 15 St. Botolph Street

London

EC3A 7QU

UK

Telephone: +44 2073758175

VI.5) Date of dispatch of this notice

31/05/2022

Coding

Commodity categories

ID Title Parent category
79140000 Legal advisory and information services Legal services
79110000 Legal advisory and representation services Legal services
79111000 Legal advisory services Legal advisory and representation services
79130000 Legal documentation and certification services Legal services
79112000 Legal representation services Legal advisory and representation 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:
Procurement@fscs.org.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.