Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.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.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
210 000.00
GBP
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
Quality criterion: How your organisation would supply the required services to the AGW & WAO, including an outline of how work will be allocated and supervised. b) CVs for the proposed team.
/ Weighting: 20
Quality criterion: Detail how your firm would organise and facilitate legal representation for the WAO at a tribunal, or other legal proceedings.
/ Weighting: 10
Quality criterion: Detail how your firm would ensure that the WAO’s instructions are appropriately prioritised.
/ Weighting: 10
Quality criterion: Detail how your firm would support the AGW and the WAO in performing the Public Sector Equality Duty in the course of the provision of legal services on an ongoing basis.
/ Weighting: 10
Quality criterion: Scenarios
/ Weighting: 10
Price
/ Weighting:
40
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 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
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-015751
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
13/09/2024
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
STONE KING LLP
Upper Borough Court, Upper Borough Walls
Bath
BA11RG
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 210 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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.
(WA Ref:144544)
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
16/09/2024