Metro is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Legal Services Framework |
Notice type: | Contract Notice |
Authority: | Metro |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | A framework of legal service suppliers within two Lots covering a wide range of legal services. In addition, the “value added” propositions covering areas such as training, facilities, accessibility, staff development and access to research resources etc. Lot 1 covers specialist public law and parliamentary agency services including in connection with the making of orders under the Transport and Works Act 1992, together with planning, compulsory purchase and related advice and services including in connection with parliamentary proceedings. Lot 2 is seeking proposals from “full service law firms” with the range of skills and experience required to meet the general commercial and public sector legal requirements. In particular Service Providers shall have the capacity to support delivery of major projects, high value procurement and other areas of work of strategic importance which require specific expertise and/or capacity. |
Published: | 21/08/2013 11:11 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Metro
Wellington House,, 40-50, Wellington Street,, Leeds,, LS1 2DE, United Kingdom
Tel. +44 1132517272, Email: chris.brooks@wypte.gov.uk, URL: www.wymetro.com, URL: www.delta-esourcing.com. Access code B66B4K4498
Attn: Christopher Brooks
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Other: Passenger Transport Executive
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Legal Services Framework
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 21
Region Codes: UKE4 - West Yorkshire
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement:
Duration in year(s): 3
II.1.5)Short description of the contract or purchase:
Legal services. Legal advisory services. Legal advisory and information services. A framework of legal service suppliers within two Lots covering a wide range of legal services. In addition, the “value added” propositions covering areas such as training, facilities, accessibility, staff development and access to research resources etc.
Lot 1 covers specialist public law and parliamentary agency services including in connection with the making of orders under the Transport and Works Act 1992, together with planning, compulsory purchase and related advice and services including in connection with parliamentary proceedings.
Lot 2 is seeking proposals from “full service law firms” with the range of skills and experience required to meet the general commercial and public sector legal requirements. In particular Service Providers shall have the capacity to support delivery of major projects, high value procurement and other areas of work of strategic importance which require specific expertise and/or capacity.
II.1.6)Common Procurement Vocabulary:
79100000 - Legal services.
79111000 - Legal advisory services.
79140000 - Legal advisory and information services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
To be provided in the tender documents.
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
Information About Lots
Lot No: 1
Title: Specialist Public Law and Parliamentary Agency Services
1)Short Description:
Public Law;
Transport and Works Act, Compulsory Purchase, & Planning;
Transport;
Public Procurement & Funding.
2)Common Procurement Vocabulary:
79100000 - Legal services.
79111000 - Legal advisory services.
79140000 - Legal advisory and information services.
3)Quantity Or Scope:
Full details will be given in the tender documents.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: General Commercial and Public Sector Legal Requirements
1)Short Description:
Regulatory Compliance;
Technology and IP;
Property and Land Management;
Development & Construction;
Contracts and General Commercial;
Dispute Resolution.
2)Common Procurement Vocabulary:
79100000 - Legal services.
79111000 - Legal advisory services.
79140000 - Legal advisory and information services.
3)Quantity Or Scope:
Full details will be given in the tender documents.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
A pre-qualification questionnaire and Statement of Requirements must be downloaded from, completed and submitted back into Metro's e-tendering system www.delta-esourcing.com. Log in, select Response Manager and use code B66B4K4498 to gain access to the documents. Applicants will be evaluated on skill, experience, competence, integrity, financial standing and responsibility.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
A pre-qualification questionnaire and Statement of Requirements must be downloaded from, completed and submitted back into Metro's e-tendering system www.delta-esourcing.com. Log in, select Response Manager and use code B66B4K4498 to gain access to the documents. Applicants will be evaluated on skill, experience, competence, integrity, financial standing and responsibility.
Minimum Level(s) of standards possibly required:
Applicants' balance sheet should not show a negative net worth. At least Law Society minimum public and professional liability insurance cover. Applicants must not be subject to an Intervention by the SRA.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
A pre-qualification questionnaire and Statement of Requirements must be downloaded from, completed and submitted back into Metro's e-tendering system www.delta-esourcing.com. Log in, select Response Manager and use code B66B4K4498 to gain access to the documents. Applicants will be evaluated on skill, experience, competence, integrity, financial standing and responsibility.
Minimum Level(s) of standards possibly required:
Applicants' balance sheet should not show a negative net worth. At least Law Society minimum public and professional liability insurance cover. Applicants must not be subject to an Intervention by the SRA.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Objective Criteria for choosing the limited number of candidates:
Applicants will be evaluated on skill, experience, competence, integrity, financial standing and responsibility.
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: 2326
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 24/09/2013
Time-limit for receipt of requests for documents or for accessing documents: 16:00
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 25/09/2013
Time: 10:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Not Provided
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
VI.3)Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leeds%2C:-Legal-services./B66B4K4498
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/B66B4K4498
GO-2013821-PRO-5053873 TKR-2013821-PRO-5053872
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Metro
Wellington House, 40-50, Wellington Street,, Leeds, LS1 2DE, United Kingdom
Tel. +44 1132517272
Body responsible for mediation procedures:
Metro
Wellington House, 40-50, Wellington Street,, Leeds, LS1 2DE, United Kingdom
Tel. +44 1132517272
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Metro
Wellington House, 40-50, Wellington Street,, Leeds, LS1 2DE, United Kingdom
Tel. +44 1132517272
VI.5) Date Of Dispatch Of This Notice: 21/08/2013
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
South Yorkshire Passenger Transport Executive
11 Broad Street West, Sheffield, S1 2BQ, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Transport for Greater Manchester
2 Piccadilly Place, Manchester, M1 3BG, United Kingdom
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Leeds,: Legal services.
I.1)Name, Addresses and Contact Point(s):
Metro
Wellington House,, 40-50, Wellington Street,, Leeds,, LS1 2DE, United Kingdom
Tel. +44 1132517272, Email: chris.brooks@wypte.gov.uk, URL: www.wymetro.com
Attn: Christopher Brooks
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Other: Passenger Transport
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Legal Services Framework
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 21
Do you agree to the publication of this notice?: Yes
Region Codes: UKE4 - West Yorkshire
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Legal services. Legal advisory services. Legal advisory and information services. A framework of legal service suppliers within two Lots covering a wide range of legal services. In addition, the “value added” propositions covering areas such as training, facilities, accessibility, staff development and access to research resources etc.
Lot 1 covers specialist public law and parliamentary agency services including in connection with the making of orders under the Transport and Works Act 1992, together with planning, compulsory purchase and related advice and services including in connection with parliamentary proceedings.
Lot 2 is seeking proposals from “full service law firms” with the range of skills and experience required to meet the general commercial and public sector legal requirements. In particular Service Providers shall have the capacity to support delivery of major projects, high value procurement and other areas of work of strategic importance which require specific expertise and/or capacity.
II.1.5)Common procurement vocabulary:
79100000 - Legal services.
79111000 - Legal advisory services.
79140000 - Legal advisory and information services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Communication and Delivery - 13
Responsiveness and Accessibility - 13
Cost Clarity & Certainty - 13
Understanding our Business - 13
Innovation & Added Value - 13
Price - 35
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: 2326
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2013/S 163 - 284314 of 23/08/2013
Section V: Award Of Contract
1: Award And Contract Value
Contract No: 1
V.1)Date Of Contract Award: 21/01/2014
V.2) Information About Offers
Number Of Offers Received: 8
Number Of Offers Received By Electronic Means: 8
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Bircham Dyson Bell.
Postal address: 50, Broadway
Town: London
Postal code: SW1H 0BL
Country: United Kingdom
Email: paulthompson@bdb-law.co.uk
Telephone: +44 2077833000
Internet address: .
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
2: Award And Contract Value
Contract No: 2
V.1)Date Of Contract Award: 21/01/2014
V.2) Information About Offers
Number Of Offers Received: 8
Number Of Offers Received By Electronic Means: 8
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: DAC Beechcroft.
Postal address: 100, Fetter Lane,
Town: London
Postal code: EC4A 1BN
Country: United Kingdom
Telephone: +44 2072421011
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
3: Award And Contract Value
Contract No: 3
V.1)Date Of Contract Award: 21/01/2014
V.2) Information About Offers
Number Of Offers Received: 8
Number Of Offers Received By Electronic Means: 8
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: DLA Piper
Postal address: 3, Noble Street
Town: London
Country: United Kingdom
Email: tenders.leeds@dlapiper.com
Telephone: +44 8700111111
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
4: Award And Contract Value
Contract No: 4
V.1)Date Of Contract Award: 21/01/2014
V.2) Information About Offers
Number Of Offers Received: 8
Number Of Offers Received By Electronic Means: 8
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Eversheds LLP
Postal address: One Wood Street
Town: london
Postal code: EC2V 7WS
Country: United Kingdom
Email: pitchteam@eversheds.com
Telephone: +44 8454979797
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
5: Award And Contract Value
Contract No: 5
V.1)Date Of Contract Award: 21/01/2014
V.2) Information About Offers
Number Of Offers Received: 8
Number Of Offers Received By Electronic Means: 8
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Pannone LLP
Postal address: 123, Deansgate
Town: Manchester
Postal code: M3 2BU
Country: United Kingdom
Email: rebecca.brownBD@pannone.co.uk
Telephone: +44 1619093000
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
6: Award And Contract Value
Contract No: 6
V.1)Date Of Contract Award: 21/01/2014
V.2) Information About Offers
Number Of Offers Received: 8
Number Of Offers Received By Electronic Means: 8
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Winckworth
Postal address: Minerva House,, 5, Montague Close,
Town: London
Postal code: SE1 9BB
Country: United Kingdom
Email: tenders@wslaw.co.uk
Telephone: +44 2075935000
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
7: Award And Contract Value
Contract No: 7
V.1)Date Of Contract Award: 21/01/2014
V.2) Information About Offers
Number Of Offers Received: 10
Number Of Offers Received By Electronic Means: 10
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Addleshaw Goddard
Postal address: Milton Gate, 60, Chiswell Street,
Town: London
Postal code: EC1Y 4AG
Country: United Kingdom
Email: bdtenders@addleshawgoddard.com
Telephone: +44 20476068855
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
8: Award And Contract Value
Contract No: 8
V.1)Date Of Contract Award: 21/01/2014
V.2) Information About Offers
Number Of Offers Received: 10
Number Of Offers Received By Electronic Means: 10
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: DWF
Postal address: 1, Scott Place,, 2, Hardman Street,
Town: Manchester
Postal code: M3 3AA
Country: United Kingdom
Email: dwfbidteam@dwf.co.uk
Telephone: +44 1616035000
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
VI.2)Additional Information:
Contracts 1 to 6 refer to Lots 1 and 2, contracts 7 and 8 lot 2 only.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=88317054
GO-201426-PRO-5443853 TKR-201426-PRO-5443852
VI.3.1)Body responsible for appeal procedures:
Metro
Wellington House, 40-50, Wellington Street,, Leeds, LS1 2DE, United Kingdom
Tel. +44 1132517272
Body responsible for mediation procedures:
Metro
Wellington House, 40-50, Wellington Street,, Leeds, LS1 2DE, United Kingdom
Tel. +44 1132517272
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Metro
Wellington House, 40-50, Wellington Street,, Leeds, LS1 2DE, United Kingdom
Tel. +44 1132517272
VI.4)Date Of Dispatch Of This Notice: 06/02/2014
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
TfGM
2 Piccadilly Place, Manchester, M1 3BG, United Kingdom