Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Metropolitan Police Service
New Scotland Yard,Victoria Embankment
LONDON
SW1A2JL
UK
Contact person: James Vaughan
E-mail: james.vaughan@met.police.uk
NUTS: UKI32
Internet address(es)
Main address: http://www.met.police.uk/
Address of the buyer profile: https://supplier.coupahost.com/quotes/public_events?customer=metpolice
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplier.coupahost.com/quotes/public_events?customer=metpolice
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplier.coupahost.com/quotes/public_events?customer=metpolice
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Supply of a National Framework for Legal Services to Police Forces, Police and Crime Commissioners
Reference number: Coupa Event #1856
II.1.2) Main CPV code
79100000
II.1.3) Type of contract
Services
II.1.4) Short description
The Mayor's Office for Policing and Crime (MOPAC) as the contracting authority (known as The Authority) is re-procuring a national framework for the supply of legal services to a range of public bodies including the GLA functional bodies, Police Forces, Police and Crime Commissioners, and other public bodies ("Participating Bodies"). The full list of eligible users can be found at 'Annex 1 List of Participating Bodies.' The Authority on behalf of the Participating Bodies is re-procuring the existing National Legal Services Framework Agreement which is due to expire on 30th April 2025.
The scope of the National Legal Services Framework Agreement will be to provide legal advice and assistance to Participating Bodies and the contract term will be 48 months in Lots as identified below with an estimated lifetime expenditure across the entirety of the Framework Agreement of up to £35,000,000:
Lot 1A - Procurement, Contract and Commercial, Governance - complex projects and disputes
Lot 1B - Procurement, Contract and Commercial, Governance - business as usual
Lot 2 - Civil Litigation, Personal Injury and Debt Recovery
Lot 3 - Inquests and Public Inquiries
Lot 4 - Employment
Lot 5 - Misconduct & Regulatory
Lot 6 - Property - Residential, Commercial and PFI
The Framework will be used to provide a substantial range and quantity of varied legal services to the Participating Bodies. The Framework Agreement is intended to benefit all Participating Bodies by securing transparent rates and fixed prices and to award contracts to legal firms whom can demonstrate the ability to provide good quality specialist legal services as they may be required to handle high profile legal cases.
It is intended that between five (5) to eight (8) Candidates are selected to tender per Lot following the selection stage. The Authority, on behalf of the Metropolitan Police Service and Participating Bodies, intend to appoint three (3) suitably qualified and experienced legal services' providers per Lot to a framework to provide legal advice and assistance in regard to each of the above Lots to ensure that the legal needs of the Participating Bodies are met. Bidders may bid for one or more Lots and there will be no restriction as to the amount of Lots a bidder may be capable of being appointed on.
The procurement will be conducted in accordance with the PCR 2015 Restricted procedure hosted on the MPS e-Tendering platform, Coupa.
Potential suppliers wishing to participate in this opportunity and view all/any associated tender documents are invited to register via the following link:
https://supplier.coupahost.com/quotes/public_events?customer=metpolice
(please copy and paste the link into your internet browser)
The Coupa Sourcing Event reference is #1856. Please search for this sourcing event reference.
The MPS/Authority without liability will reserve the right to make any changes necessary to any tender documentation whilst in publication. Any changes made will be communicated accordingly via the Coupa portal.
The MPS/Authority will also reserve the right to pause, extend or abort the procurement for any reason and without providing reasons for doing so.
The Tenderer is strongly advised to read all tender documentation and familiarise themselves before attempting to complete SSQ response documents.
II.1.5) Estimated total value
Value excluding VAT:
35 000 000.00
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: 1A
II.2.1) Title
Procurement, Contract and Commercial and Governance: Complex Projects and Disputes
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
UKN
UKZ
II.2.4) Description of the procurement
Procurement, Contract and Commercial and Governance: Complex Projects and Disputes
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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: 1B
II.2.1) Title
Procurement, Contract and Commercial and Governance: Business as Usual
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
UKN
UKZ
II.2.4) Description of the procurement
Procurement, Contract and Commercial and Governance: Business as Usual
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
Civil Litigation, Personal Injury and Debt Recovery
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
UKN
UKZ
II.2.4) Description of the procurement
Civil Litigation, Personal Injury and Debt Recovery
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
Inquests and Public Inquiries
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
UKN
UKZ
II.2.4) Description of the procurement
Inquests and Public Inquiries
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
Employment
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
UKN
UKZ
II.2.4) Description of the procurement
Employment
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
Misconduct & Regulatory
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
UKN
UKZ
II.2.4) Description of the procurement
Misconduct & Regulatory
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
Property - Residential, Commercial and PFI
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
UKN
UKZ
II.2.4) Description of the procurement
Property - Residential, Commercial and PFI
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
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:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-020627
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/11/2024
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
07/01/2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
Metropolitan Police Service
London
UK
VI.5) Date of dispatch of this notice
29/10/2024