CT2945 Legal Services Framework

A Tender Notice
by THE CITY OF EDINBURGH COUNCIL

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£-£22M
Sector
BUSINESS
Published
25 May 2023
Delivery
To 03 Oct 2027 (est.)
Deadline
26 Jun 2023 11:00

Concepts

Location

Edinburgh

Geochart for 15 buyers and 0 suppliers

Description

The City of Edinburgh Council’s in-house legal team provides advice and support on all legal matters relating to the Council. The team instructs external firms where it has insufficient capacity or where particular specialist advice is required. The Council wishes to appoint a number of suitably qualified and experienced law firms (“Service Providers”) to a six lot Framework Agreement to carry out legal services for the City of Edinburgh Council and other named Scottish local authorities. The type and volume of advice required may fluctuate during the period of the Contract.

Lot Division

1 Commercial

Lot 1: Commercial The Council expects the following services from Service Providers to include but is not limited to: Public law, Corporate law, Commercial contracts, Finance law and financial services law, Intellectual property, IT, Procurement, FOISA, Data protection, RIPSA and RIPA, Commercial and Pensions.

Award Criteria
Quality 60
price 40
2 Property and Planning

Lot 2: Property and Planning The Council expects the following services from Service Providers to include but is not limited to: Property law, Construction law, Environmental law, Planning law, Transportation law and Litigation support for all of the above.

Award Criteria
Quality 60
price 40
3 Litigation

Lot 3: Litigation The Council expects the following services from Service Providers to include but is not limited to: Childcare law, Education law, Litigation, Licensing law.

Award Criteria
Quality 60
price 40
4 Employment

Lot 4: Employment Law The Council expects the following services from Service Providers to include but is not limited to: Providing legal advice in relation to local government employment law matters, Providing support in the furtherance of positive employee relations, Providing legal advice in relation to litigated employment matters, Providing front-line expert support to complex high risk HR case management, Providing advice and support on the development of employment policies and practices, Providing advice on major projects in relation to employment matters and Advocacy (including solicitor-advocacy if possible).

Award Criteria
Quality 60
price 40
5 Major Projects and Investigations

Lot 5: Major Projects and Investigations The Council expects the following services from Service Providers to include but is not limited to: The provision of strategic and multi-disciplinary advice in respect of major, high value and/or complex matters requiring expertise in excess of that which would ordinarily fall within Lots 1 to 4 of the Contract; and The provision of complex multi-disciplinary investigatory advice in respect of major, high value and/ or complex matters requiring investigatory expertise in excess of that which would ordinarily fall within Lots 1 to 4 of the Contract.

Award Criteria
Quality 70
price 30
6 Debt Recovery

Lot 6: Debt Recovery The Council expects the following services from Service Providers to include but is not limited to the three categories of debt to be recovered: (1) council tax & non-domestic rates (NDR), (2) sundry debt, including not limited to parking penalty charges and statutory repairs debt and (3) heritage court - rent arrears.

Award Criteria
Quality 60
price 40

CPV Codes

  • 79100000 - Legal services

Indicators

  • This is a recurring contract.
  • Renewals are not available.
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Staff qualifications are relevant.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** CONTRACT SPECIFIC MANDATORY CRITERIA Part IV: Selection criteria - C: Technical and Professional Ability – Prompt Payment – Question 4C.4 - It is a mandatory requirement of this Contract that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question. Part IV: Selection criteria - C: Technical and Professional Ability – Climate Change – Question 4C.7 - It is a mandatory requirement that Tendering Organisations will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Tendering organisations will be required to complete the Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions. Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24186. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: The Contracting Authority does not intend to include a sub-contract clause as the contract is divided into 6 lots. Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: Further information can be found in the Specifications and Tenderers' Submissions. (SC Ref:733139)

Reference

Domains