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