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

The North West Legal Consortium External Legal Services Framework

  • First published: 05 November 2019
  • Last modified: 05 November 2019
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Sefton Metropolitan Borough Council
Authority ID:
AA77950
Publication date:
05 November 2019
Deadline date:
29 November 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1: Civil Litigation, Prosecutions and Regulatory.

To include construction litigation, negligence proceedings, possession proceedings, licensing appeals and employment advice and litigation.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
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:
tender@liverpoolcityregion-ca.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.