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

KCL-00001207 Legal Services

  • First published: 25 June 2019
  • Last modified: 25 June 2019
  • 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:
Published by:
King's College London
Authority ID:
AA64110
Publication date:
25 June 2019
Deadline date:
15 July 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Currently King’s College London ("King’s) spends in excess of 1.7 million GBP per year on external legal services, across over 20+ firms. King’s wishes to establish a multi-provider Framework Agreement for the provision of legal services. King’s objective is to ensure that it receives quality legal services from law firms who can consistently provide pragmatic, creative and expert advice. The Framework Agreement will run initially for 2 years, with an option to extend for 2 further years (subject to satisfactory performance). King’s will actively manage the Framework Agreement, including coordinating contract review meetings, performance management and analysis of management information provided. King’s will work closely with the chosen Providers throughout the term of the Framework Agreement to create productive working relationships and achieve greater value for money. The Framework Agreement will allow the chosen Providers to supply King’s with the services identified in the technical specification, on the agreed terms of and for the duration of the Framework Agreement period.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

King's College London

Strand

London

WC2R 2LS

UK

Telephone: +44 2078484431

E-mail: gerry.burns@kcl.ac.uk

NUTS: UKI32

Internet address(es)

Main address: www.kcl.ac.uk

I.3) Communication

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

http://www.kcl.ac.uk/aboutkings/orgstructure/ps/procurement/suppliers/index.aspx


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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


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


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

KCL-00001207 Legal Services

Reference number: KCL-00001207

II.1.2) Main CPV code

79100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Currently King’s College London ("King’s) spends in excess of 1.7 million GBP per year on external legal services, across over 20+ firms. King’s wishes to establish a multi-provider Framework Agreement for the provision of legal services. King’s objective is to ensure that it receives quality legal services from law firms who can consistently provide pragmatic, creative and expert advice. The Framework Agreement will run initially for 2 years, with an option to extend for 2 further years (subject to satisfactory performance). King’s will actively manage the Framework Agreement, including coordinating contract review meetings, performance management and analysis of management information provided. This Procurement is being done under the Public Contracts Regulations 2015 and is in line with the requirements of the Light Touch Regime for Health, Social, Education and certain other Service Contracts.

II.1.5) Estimated total value

Value excluding VAT: 6 800 000.00  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:

UKI32


Main site or place of performance:

II.2.4) Description of the procurement

Currently King’s College London ("King’s) spends in excess of 1.7 million GBP per year on external legal services, across over 20+ firms. King’s wishes to establish a multi-provider Framework Agreement for the provision of legal services. King’s objective is to ensure that it receives quality legal services from law firms who can consistently provide pragmatic, creative and expert advice. The Framework Agreement will run initially for 2 years, with an option to extend for 2 further years (subject to satisfactory performance). King’s will actively manage the Framework Agreement, including coordinating contract review meetings, performance management and analysis of management information provided. King’s will work closely with the chosen Providers throughout the term of the Framework Agreement to create productive working relationships and achieve greater value for money. The Framework Agreement will allow the chosen Providers to supply King’s with the services identified in the technical specification, on the agreed terms of and for the duration of the Framework Agreement period.

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: Yes

Description of renewals:

After two years can be renewed for 2 more.

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: Yes

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

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:

All of the firms who are selected to be on the Framework Agreement and their practising solicitors must comply with the requirement for certification, registration/recognition by the Solicitors Regulation Authority (SRA) or be an authorised non-SRA Provider (regulated by another approved regulator). All practising solicitors within the successful Providers must hold a current practising certificate issued by the SRA and comply with the rules of professional conduct set down by the SRA (including the Solicitors’ Code of Conduct 2011, as updated and published on the SRA website).

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

Reference to the relevant law, regulation or administrative provision:

All of the firms who are selected to be on the Framework Agreement and their practising solicitors must comply with the requirement for certification, registration/recognition by the Solicitors Regulation Authority (SRA) or be an authorised non-SRA Provider (regulated by another approved regulator). All practising solicitors within the successful Providers must hold a current practising certificate issued by the SRA and comply with the rules of professional conduct set down by the SRA (including the Solicitors’ Code of Conduct 2011, as updated and published on the SRA website).

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: 12

Justification for any framework agreement duration exceeding 4 years: Not applicable

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: 15/07/2019

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 15/07/2019

Local time: 14:00

Place:

Actually online, physically in London

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

4 years

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic payment will be used

VI.3) Additional information

King's is working on getting electronic invoicing in place for all suppliers.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

UK

E-mail: comct.registry@hmcourts-service.gsi.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

VI.5) Date of dispatch of this notice

21/06/2019

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:
gerry.burns@kcl.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.