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.

02 Contract Notice

Legal Advice and Related Services

  • First published: 17 May 2024
  • Last modified: 17 May 2024

Contents

Summary

OCID:
ocds-kuma6s-141556
Published by:
Wales Audit Office
Authority ID:
AA0519
Publication date:
17 May 2024
Deadline date:
17 June 2024
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Wales Audit Office (WAO) and the Auditor General for Wales (AGW) require legal advice on a range of topics and issues relevant to their statutory functions. As such, the WAO wishes to procure and implement a Framework Agreement for the provision of external Legal Advice and Related Services, for both the WAO and the AGW. The advice required will typically relate to either the WAO’s provision of services to the AGW or the AGW’s statutory work. CPV: 79111000, 79100000, 79110000, 79112000, 79140000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Wales Audit Office

1 Capital Quarter

Cardiff

CF10 4BZ

UK

Contact person: Darren Evans

Telephone: +44 2920320500

E-mail: darren.evans@audit.wales

NUTS: UKL22

Internet address(es)

Main address: http://www.audit.wales

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0519

I.3) Communication

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

http://sell2wales.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://sell2wales.gov.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

http://sell2wales.gov.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Audit

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Legal Advice and Related Services

II.1.2) Main CPV code

79111000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Wales Audit Office (WAO) and the Auditor General for Wales (AGW) require legal advice on a range of topics and issues relevant to their statutory functions. As such, the WAO wishes to procure and implement a Framework Agreement for the provision of external Legal Advice and Related Services, for both the WAO and the AGW.

The advice required will typically relate to either the WAO’s provision of services to the AGW or the AGW’s statutory work.

II.1.5) Estimated total value

Value excluding VAT: 210 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79100000

79110000

79112000

79140000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Wales

II.2.4) Description of the procurement

The Wales Audit Office (WAO) and the Auditor General for Wales (AGW) require legal advice on a range of topics and issues relevant to their statutory functions. As such, the WAO wishes to procure and implement a Framework Agreement for the provision of external Legal Advice and Related Services, for both the WAO and the AGW.

The advice required will typically relate to either the WAO’s provision of services to the AGW or the AGW’s statutory work.

The Framework Agreement will consist of 2 Suppliers on a tiered basis. Both will be expected to provide Legal Advice and Related Services when required, but call-offs will always go to the Tier 1 Supplier in the first instance and then will be offered to the Tier 2 Supplier thereafter should the Tier 1 Supplier be unable to provide the services in that instance for whatever reason.

The requirement, in terms of the main, broad areas of law on which the WAO and AGW may require advice are:

- a) Audit

- b) General Public Business

These are not separate Lots and it should be noted that in practice matters often overlap. The successful Suppliers must therefore be able to provide all of the required services under both areas of law.

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: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for a further 2 years at 1-year intervals at the sole discretion of the WAO (i.e. 3 years + 1 + 1).

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:

PQQ. All award criteria are stated only in the procurement documents

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

List and brief description of conditions:

As listed in the procurement documents.

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

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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.

Envisaged maximum number of participants to the framework agreement: 2

Justification for any framework agreement duration exceeding 4 years: Justification for any framework agreement duration exceeding 4 years: An initial 3 year term. Option for 2 years further extension in 12 month installments (at sole discretion of the WAO) available to provide business continuity (assurance of service delivery).

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: 17/06/2024

Local time: 14:00

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

Date: 04/07/2024

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: 4 (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 payment will be used

VI.3) Additional information

Please note: The ITT Award & Selection Criteria (inc. Technical Questions and Commercial Questions) and draft Framework Agreement will be made available for review and consideration at the PQQ. Prospective Suppliers are not to respond to the ITT at the first stage of the procurement (PQQ). Only those Suppliers successful at PQQ and invited to tender will be able to respond to the ITT requirements.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=89365.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

The buyer considers that this contract is suitable for consortia.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=141556.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(WA Ref:141556)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

17/05/2024

Coding

Commodity categories

ID Title Parent category
79140000 Legal advisory and information services Legal services
79110000 Legal advisory and representation services Legal services
79111000 Legal advisory services Legal advisory and representation services
79112000 Legal representation services Legal advisory and representation services
79100000 Legal services Business services: law, marketing, consulting, recruitment, printing and security

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

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.

Document family

Notice details
Publication date:
17 May 2024
Deadline date:
17 June 2024 00:00
Notice type:
02 Contract Notice
Authority name:
Wales Audit Office
Publication date:
01 July 2024
Deadline date:
29 July 2024 00:00
Notice type:
Stage 2
Authority name:
Wales Audit Office
Publication date:
16 September 2024
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Wales Audit Office

About the buyer

Main contact:
darren.evans@audit.wales
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx618.11 KB
This file may not be accessible.
docx

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.