Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Sefton Metropolitan Borough Council
Merton House, Stanley Road
Liverpool
L20 3UU
UK
Contact person: LCRCA Procurement Team
E-mail: tender@liverpoolcityregion-ca.gov.uk
NUTS: UKD
Internet address(es)
Main address: https://www.liverpoolcityregion-ca.gov.uk
Address of the buyer profile: https://www.liverpoolcityregion-ca.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.the-chest.org.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.the-chest.org.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
The North West Legal Consortium External Legal Services Framework
Reference number: DN436645
II.1.2) Main CPV code
79100000
II.1.3) Type of contract
Services
II.1.4) Short description
Sefton Metropolitan Borough Council (Sefton) as lead contracting authority for the North West Legal Consortium wishes to procure a framework contract to provide external legal services from solicitors to support the in-house provision of its member organisations.
The estimated total value of purchases for the entire duration of the framework agreement is expected to be worth up to 15 000 000 GBP. This figure is an estimate only and may be exceeded. However, no guarantee is given as to any level of business to be awarded through the framework.
II.1.5) Estimated total value
Value excluding VAT:
15 000 000.00
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
Civil Litigation, Prosecutions and Regulatory
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UKD
II.2.4) Description of the procurement
Lot 1: Civil Litigation, Prosecutions and Regulatory.
To include construction litigation, negligence proceedings, possession proceedings, licensing appeals and employment advice and litigation.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
15 000 000.00
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
Property, Planning and Environment
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UKD
II.2.4) Description of the procurement
Lot 2: Property, Planning and Environment.
To include all conveyancing, regeneration and highways advice.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
15 000 000.00
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
Corporate Governance, Ethical Standards and Information Law
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UKD
II.2.4) Description of the procurement
Lot 3: Corporate Governance, Ethical Standards and Information Law.
To include organisational governance issues, data protection advice including advice on use of social media by councillors or third parties involving the Council/council officers.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
15 000 000.00
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
Projects, Procurement and Commercial
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UKD
II.2.4) Description of the procurement
Lot 4: Projects, Procurement and Commercial.
To include all commercial contracts and company law. Transport regulation including light rail/tram, heavy rail and bus, ticketing, concessionary fares, state aid, competition law, telecommunications, information technology, digital infrastructure and communications, smart technology, construction contracts (NEC and JCT) and construction adjudication/arbitration.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
15 000 000.00
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
Social Care and Education
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UKD
II.2.4) Description of the procurement
Lot 5: Social Care and Education.
To include social care and education.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
15 000 000.00
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
Partner Status (Optional)
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UKD7
II.2.4) Description of the procurement
Eligibility for appointment to partner status will be determined by reference to bidders’ rankings after selection and award. Only eligible bidders will be invited to interview in the final partner status stage of the award process. An eligible bidder for partner status is a bidder who both
(a) expresses an interest in partner status and submits its offering for that; and
(b) is successfully appointed to at least 3 out of the previous 5 lots.
All eligible bidders will be ranked according to their added value offer and a maximum of 8 taken through to interview stage. Bidders will be under no obligation to accept partner status appointment should they not wish to do so. Up to 4 bidders will be given partner status on the framework. Partners will have their branding on the consortium website.
II.2.5) Award criteria
Criteria below:
Quality criterion: Range and suitability of added value services to be offered, assessed.
/ Weighting: 60
Quality criterion: Technical accuracy and quality of answer to interview questions.
/ Weighting: 40
Price
/ Weighting:
n/a
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: 34
Justification for any framework agreement duration exceeding 4 years:
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/11/2019
Local time: 11:00
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:
29/11/2019
Local time: 11:00
Place:
The Chest.
Information about authorised persons and opening procedure:
The LCRCA procurement team via the chest.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
References in the tender documents to the consortium mean, where the context so requires, Sefton as lead authority for the consortium, and/or the consortium acting through Sefton and/or each and every member of the consortium.
The consortium currently has 49 members drawn from the public sector in the North West of England as listed on the consortium website. There is the possibility of membership extending during the course of the framework to other organisations including local authorities, combined authorities, police and fire authorities, housing organisations central and local government arm’s length bodies, agencies and controlled companies, non-departmental bodies, education providers and NHS bodies, primarily but not exclusively from across the North West of England and North Wales.
The Liverpool City Region Combined Authority are procuring this on behalf of Sefton Metropolitan Borough Council.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Review procedures are as set out in the Public Contracts Regulations 2015. Proceedings under the Public Contracts Regulations 2015 are time limited, and any such proceedings must be brought in the High Court of England and Wales.
VI.5) Date of dispatch of this notice
30/10/2019