Financial Services Compensation Scheme: Legal Services Framework

  Financial Services Compensation Scheme is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Legal Services Framework
Notice type: Contract Notice
Authority: Financial Services Compensation Scheme
Nature of contract: Services
Procedure: Restricted
Short Description: FSCS is seeking to appoint a number of providers of professional legal services under a multi-provider, multi-lot Framework Agreement. The Framework consists of three Lots; General English Law, Scots Law and Employment law and ancillary legal services. This procurement is being conducted under the Light Touch Regime ('LTR') and is therefore subject to limited regulation. It will be conducted in accordance with regulations 74 to 76 of PCR 2015, and relates to the legal services which are listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) as a specific service.
Published: 31/05/2022 14:37
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Legal services.
Section I: Contracting Authority
      I.1) Name and addresses
             Financial Services Compensation Scheme
             10th Floor, Beaufort House, 15 St. Botolph Street, London, EC3A 7QU, United Kingdom
             Tel. +44 2073758175, Email: Procurement@fscs.org.uk
             Contact: Procurement
             Main Address: www.fscs.org.uk, Address of the buyer profile: www.fscs.org.uk
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Legal-services./232365UCBY
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com to the abovementioned address       
      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: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Economic and financial affairs

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Legal Services Framework       
      Reference Number: FSCS424
      II.1.2) Main CPV Code:
      79100000 - Legal services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: FSCS is seeking to appoint a number of providers of professional legal services under a multi-provider, multi-lot Framework Agreement. The Framework consists of three Lots; General English Law, Scots Law and Employment law and ancillary legal services.

This procurement is being conducted under the Light Touch Regime ('LTR') and is therefore subject to limited regulation. It will be conducted in accordance with regulations 74 to 76 of PCR 2015, and relates to the legal services which are listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) as a specific service.       
      II.1.5) Estimated total value:
      Value excluding VAT: 21,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 3
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: General English Law       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      79110000 - Legal advisory and representation services.
      79111000 - Legal advisory services.
      79112000 - Legal representation services.
      79130000 - Legal documentation and certification services.
      79140000 - Legal advisory and information services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: General English Law to include, Financial services and regulatory law, Legal and regulatory framework applicable to FSCS, Insolvency and restructuring, Public and administrative law, Data protection, freedom of information and privacy Company law, General commercial and contract drafting and advice, Public procurement law, Outsourcing, including TUPE, Commercial property, Banking and finance and Litigation/Dispute Resolution and enforcement, including non-UK jurisdiction.
      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: 20,000,000       
      Currency: GBP       
      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: The initial term of the Framework Agreement is to be for a period of 3 years (thirty-six months) and there will be an option for FSCS to extend that initial term for a further 12 (a potential total term of 4 years (48 months)).
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 10
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Scots Law       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      79110000 - Legal advisory and representation services.
      79111000 - Legal advisory services.
      79112000 - Legal representation services.
      79130000 - Legal documentation and certification services.
      79140000 - Legal advisory and information services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Scots Law to include, Financial services and regulatory law, Legal and regulatory framework applicable to FSCS, Insolvency and restructuring, Public and administrative law, Data protection, freedom of information and privacy Company law, General commercial and contract drafting and advice, Public procurement law, Outsourcing, excluding TUPE, Commercial property, Banking and finance and Litigation/Dispute Resolution and enforcement, including non-UK jurisdiction.
      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: 400,000       
      Currency: GBP       
      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: The initial term of the Framework Agreement is to be for a period of 3 years (thirty-six months) and there will be an option for FSCS to extend that initial term for a further 12 (a potential total term of 4 years (48 months)).
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage       
II.2) Description Lot No. 3
      
      II.2.1) Title: Employment law and ancillary legal services       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      79110000 - Legal advisory and representation services.
      79111000 - Legal advisory services.
      79112000 - Legal representation services.
      79130000 - Legal documentation and certification services.
      79140000 - Legal advisory and information services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Employment law and ancillary legal services
      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: 200,000       
      Currency: GBP       
      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: The initial term of the Framework Agreement is to be for a period of 3 years (thirty-six months) and there will be an option for FSCS to extend that initial term for a further 12 (a potential total term of 4 years (48 months)).
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      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: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 8               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the 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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 01/07/2022 Time: 14:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 02/08/2022       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 2026
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Legal-services./232365UCBY

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/232365UCBY
   VI.4) Procedures for review
   VI.4.1) Review body:
             Financial Services Compensation Scheme
       Beaufort House, 15 St. Botolph Street, London, EC3A 7QU, United Kingdom
       Tel. +44 2073758175
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 31/05/2022

Annex A


View any Notice Addenda

View Award Notice