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

Framework Agreement for Legal Services - One Stop Shop

  • First published: 18 October 2023
  • Last modified: 18 October 2023
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-040c58
Published by:
Liverpool John Moores University
Authority ID:
AA21732
Publication date:
18 October 2023
Deadline date:
15 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The University requires support in the following practice areas:

1. Commercial law (this includes research contracts, collaboration and international collaboration agreements, non disclosure agreements, SaaS, PaaS, apprenticeship contracts, licence agreements, good, services and works contracts, IP, IT, franchise contracts, funding agreements, sub contractor agreements, general terms and conditions; marketing, procurement, competition and consumer law matters, cross-border/international matters)

2. Corporate law (advising on charity law, the University's wholly owned subsidiaries, spin-out companies and other commercial activities, corporate finance, corporate governance and constitutional matters)

3. Litigation (relating to all practice areas, including academic litigation and judicial review)

4. Property and Construction (drafting and negotiating sale, purchase and lease documentation, deeds of variation, filing requirements with Land Registry, reviewing title documents and advising on the same, including restrictive covenants, drafting and negotiating property licence agreements, advising on forfeiture of leases, planning law advice, construction and major projects)

5. Student matters (fitness to practise, disputes (including discrimination), complaints, appeals, student contract and related policies)

6. Employment law (advice on HR casework processes (discipline, grievance etc), TUPE, whistleblowing, discrimination, trade union/industrial relations, redundancy, policy and contract reviews, Employment Tribunal claims, pensions, immigration law, settlement agreements, international collaborations involving staff travel and work overseas)

7. Data protection matters (data subject access and Freedom of Information Act requests).

8. Regulatory compliance (including OfS regulatory framework compliance, health and safety, export controls, subsidy control)

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Liverpool John Moores University

Liverpool John Moores University

Exchange Station

Liverpool

L2 2QP

UK

Contact person: In-tend Portal - LJMU

E-mail: PurchaseOrderQueries@ljmu.ac.uk

NUTS: UKD72

Internet address(es)

Main address: www.LJMU.ac.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://in-tendhost.co.uk/ljmu/aspx/Home


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/ljmu/aspx/Home


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


I.4) Type of the contracting authority

Other: Higher Education

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework Agreement for Legal Services - One Stop Shop

Reference number: LJMU 2320

II.1.2) Main CPV code

79100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Liverpool John Moores University's Legal Services Team ("LST") is part of the Legal and Governance service division and consists of a small team of lawyers providing advice to the University on all its legal matters. Any matters that require external legal support are instructed out through the LST. The LST is headed by the Head of Legal and Deputy General Counsel, and consists of several commercial and employment solicitors, supported by the team's PA. The University Secretary and General Counsel oversees the Legal and Governance Services division. Our objectives are to:

• deliver high quality and timely legal solutions to colleagues across LJMU

• work closely with partners to ensure that LJMU's strategic aims are met and support colleagues to make better-informed decisions

• promote an awareness of the legal implications of activities and decisions, ensuring any risks are identified promptly and mitigated effectively

• pro-actively support our colleagues by providing innovative and creative legal solutions to practical issues

• ensure legal and regulatory compliance and promote good governance

• advise LJMU, its subsidiaries and associated companies

• provide advice to the Board of Governors, its Executive Officers, Directors and Faculty and Professional Services staff.

The University intends to appoint up to four external legal services providers to the Legal Services - One Stop Shop Framework agreement. The establishment of this Framework Agreement will support the University's legal team in the provisions of legal support

II.1.5) Estimated total value

Value excluding VAT: 250 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKD


Main site or place of performance:

Liverpool

II.2.4) Description of the procurement

The University requires support in the following practice areas:

1. Commercial law (this includes research contracts, collaboration and international collaboration agreements, non disclosure agreements, SaaS, PaaS, apprenticeship contracts, licence agreements, good, services and works contracts, IP, IT, franchise contracts, funding agreements, sub contractor agreements, general terms and conditions; marketing, procurement, competition and consumer law matters, cross-border/international matters)

2. Corporate law (advising on charity law, the University's wholly owned subsidiaries, spin-out companies and other commercial activities, corporate finance, corporate governance and constitutional matters)

3. Litigation (relating to all practice areas, including academic litigation and judicial review)

4. Property and Construction (drafting and negotiating sale, purchase and lease documentation, deeds of variation, filing requirements with Land Registry, reviewing title documents and advising on the same, including restrictive covenants, drafting and negotiating property licence agreements, advising on forfeiture of leases, planning law advice, construction and major projects)

5. Student matters (fitness to practise, disputes (including discrimination), complaints, appeals, student contract and related policies)

6. Employment law (advice on HR casework processes (discipline, grievance etc), TUPE, whistleblowing, discrimination, trade union/industrial relations, redundancy, policy and contract reviews, Employment Tribunal claims, pensions, immigration law, settlement agreements, international collaborations involving staff travel and work overseas)

7. Data protection matters (data subject access and Freedom of Information Act requests).

8. Regulatory compliance (including OfS regulatory framework compliance, health and safety, export controls, subsidy control)

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: 250 000.00  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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see tender pack on In-tend

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

Only the SQ should be completed at Stage One, all other documents within the tender pack are for information purposes

Please do not make direct contact with the Buyer, all queries must be placed via 'correspondence' on In-tend

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Please register on In-tend and access the Tender Pack

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

The Legal Profession

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.2.2) Time limit for receipt of tenders or requests to participate

Date: 15/11/2023

Local time: 12:00

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

Date: 27/11/2023

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: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

n/a

n/a

UK

VI.5) Date of dispatch of this notice

16/10/2023

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:
PurchaseOrderQueries@ljmu.ac.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.