Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
UK
Telephone: +44 1206872954
E-mail: philip.sweeting@essex.ac.uk
NUTS: UK
Internet address(es)
Main address: https://www.essex.ac.uk/
Address of the buyer profile: https://www.essex.ac.uk/
I.1) Name and addresses
Dukefield Procurement Limited
Parkside House 167, Chorley
Bolton
BL1 4RA
UK
Telephone: +44 7935355773
E-mail: nichola.gill@dukefieldprocurement.co.uk
NUTS: UKD3
Internet address(es)
Main address: http://www.dukefield.co.uk/about-us/
Address of the buyer profile: http://www.dukefield.co.uk/about-us/
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://suppliers.multiquote.com
Additional information can be obtained from another address:
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
UK
Telephone: +44 1206872954
E-mail: philip.sweeting@essex.ac.uk
NUTS: UK
Internet address(es)
Main address: https://www.essex.ac.uk/
Address of the buyer profile: https://www.essex.ac.uk/
Tenders or requests to participate must be sent electronically to:
https://suppliers.multiquote.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
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework for the provision of Legal Services
Reference number: CA15268 - UOE/DU/LEGAL/01
II.1.2) Main CPV code
79100000
II.1.3) Type of contract
Services
II.1.4) Short description
The Framework will provide access to a comprehensive range of Legal Services.
It is let by the University of Essex and is open for use by all contracting authorities across the public sector throughout the UK (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks, Registered Social Landlords and any other body permitted by the Contracting Authority. Full details of the classification of eligible end user establishments and geographical areas is available at
https://www.dukefieldprocurement.co.uk/fts-eligible-users .
The Framework will be let across seven (7) Lots. There will be a maximum of eight (8) suppliers awarded a place on each of the Lots.
II.1.5) Estimated total value
Value excluding VAT:
63 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 7 lots
Maximum number of lots that may be awarded to one tenderer: 7
II.2) Description
Lot No: 1
II.2.1) Title
One Stop Shop
II.2.2) Additional CPV code(s)
79140000
79112000
79130000
79132000
79110000
79131000
79111000
79100000
79120000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
This Lot is designed to meet the Legal Services needs of organisations across the public sector throughout the entire United Kingdom. The Lot covers a comprehensive range of Legal Services but available across several workstreams including Human Resources Services, Academy Conversion and Post Conversion Services, Property Services, Commercial Services and Dispute and Litigation Services. Full details of the service provision are contained within the Invitation to Tender documentation. There will be a maximum of 8 suppliers awarded a place on this framework Lot.
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:
9 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Lot No: 2
II.2.1) Title
Legal Services: Human Resources, Pensions and People
II.2.2) Additional CPV code(s)
79110000
79120000
79130000
79100000
79131000
79112000
79111000
79140000
79132000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
This Lot is designed to meet the needs of organisations across the public sector for legal advice of a Human Resources, Pensions and People perspective. The Lot covers a comprehensive range of Human, Resources, Pensions and People related Legal Services. Full details of the service provision are contained within the Invitation to Tender documentation. There will be a maximum of 8 suppliers awarded a place on this framework
Lot.
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:
9 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Lot No: 3
II.2.1) Title
Legal Services: Academy Conversion and Post Conversion Services
II.2.2) Additional CPV code(s)
79100000
79120000
79131000
79130000
79111000
79132000
79110000
79112000
79140000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
This Lot is designed to meet the needs of organisations across the public sector for Academy Conversion and Post Conversion services. The Lot covers a comprehensive range of Academy Conversion and Post Conversion Legal Services Full details of the service provision are contained within the Invitation to Tender documentation. There will be a maximum of 8 suppliers awarded a place on this framework Lot.
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:
9 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Lot No: 4
II.2.1) Title
Legal Services: Property
II.2.2) Additional CPV code(s)
79132000
79130000
79140000
79131000
79100000
79111000
79112000
79120000
79110000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
This Lot is designed to meet the needs of organisations across the entire public sector for property legal services. The Lot covers a comprehensive range of Property Legal Services. Full details of the service provision are contained within the Invitation to Tender documentation. There will be a maximum of 8 suppliers awarded a place on this framework Lot.
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:
9 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Lot No: 5
II.2.1) Title
Legal Services: Commercial – Contracts, Procurement Governance and related matters
II.2.2) Additional CPV code(s)
79100000
79132000
79110000
79120000
79130000
79112000
79140000
79131000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
This Lot is designed to meet the commercial legal services needs of organisations across the entire public. The Lot covers a comprehensive range of commercial - contracts, procurement, governance and related matters legal services. Full details of the service provision are contained within the Invitation to Tender documentation. There will be a maximum of 8 suppliers awarded a place on this framework Lot.
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:
9 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Lot No: 6
II.2.1) Title
Legal Services: Dispute Resolution and Litigation
II.2.2) Additional CPV code(s)
79131000
79130000
79140000
79120000
79132000
79112000
79100000
79110000
79111000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
This Lot is designed to meet the dispute resolution and litigation needs of organisations across the entire public sector. The Lot covers a comprehensive range of dispute resolution and litigation legal services. Full details of the service provision are contained within the Invitation to Tender documentation. There will be a maximum of 8 suppliers awarded a place on this framework Lot.
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:
9 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Lot No: 7
II.2.1) Title
Legal Services for Education (including Universities and Higher Education)
II.2.2) Additional CPV code(s)
79100000
79112000
79110000
79130000
79132000
79131000
79111000
79140000
79120000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
This Lot is designed to meet the education legal services needs of organisations across the entire public sector. The Lot covers the comprehensive suite of Legal Services detailed within the Lot 1 National One Stop Shop Lot from an Education perspective plus access to Education specific services, particularly with reference to Higher Education and the University sector. Full details of the service provision are contained within the Invitation to Tender documentation. There will be a maximum of 8 suppliers awarded a place on this framework Lot.
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:
9 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
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
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.
Envisaged maximum number of participants to the framework agreement: 56
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:
31/03/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
31/03/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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 University of Essex's Internal Reference Number is UOE/DU/LEGAL/01. The framework is being delivered by the University of Essex and its partners Dukefield Procurement Ltd (who are a subsidiary of Dukefield Ltd). Dukefield Procurement Ltd are acting as agents of the University of Essex in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at: https://suppliers.multiquote.com
The tender is available from the opportunities menu on the login page of the site. The Contracting Authority shall not be under any obligation to accept the lowest tender or indeed any tender. The University of Essex expressly reserves the rights:
(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;
(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;
(c) to award a contract covering only part of it's requirements if explicitly detailed within the tender documentation;
(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;
(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;
(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;
(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/ discussion documents to the market where appropriate to the subject matter of this procurement;
(h) the contracting authority will not be liable for any costs incurred by tenderers;
(i) the value of the framework provided in section II.1.5 is only an estimate and the contracting authority will not guarantee any business through this framework agreement;
and
(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4. Tenderers should note, in reference to section IV.1.3, envisaged maximum number of participants to the framework:
Where, following the evaluation of bids, more than one tenderer is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the purpose of calculating the maximum number of suppliers under the framework. The contracting authority will award a framework agreement to additional tenderers on the framework beyond the stated maximum number, where their final evaluation score(s) is within 0.5% of the last placed position on the framework. For the avoidance of doubt, the last placed position in respect of this framework is 8th for all Lots. Therefore, tenderers within 0.5%, along with the tenderer in last placed position, shall be deemed to occupy the last framework agreement contract award position for the framework.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
E-mail: rcj.dco@justice.gov.uk
Internet address(es)
URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
VI.4.2) Body responsible for mediation procedures
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
UK
Internet address(es)
URL: https://www.essex.ac.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The University of Essex will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into.
Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
UK
Internet address(es)
URL: https://www.essex.ac.uk/
VI.5) Date of dispatch of this notice
18/02/2025