Tender

ID4435678 UREGNI - Legal Services Framework 2023

  • The Northern Ireland Authority for Utility Regulation

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2023/S 000-003396

Procurement identifier (OCID): ocds-h6vhtk-03a2b6

Published 3 February 2023, 11:56am



Section one: Contracting authority

one.1) Name and addresses

The Northern Ireland Authority for Utility Regulation

Queens House, 14 Queen Street

BELFAST

BT1 6ED

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.uregni.gov.uk/

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID4435678 UREGNI - Legal Services Framework 2023

Reference number

ID4435678

two.1.2) Main CPV code

  • 79100000 - Legal services

two.1.3) Type of contract

Services

two.1.4) Short description

The Northern Ireland Authority for Utility Regulation (Utility Regulator, also referred to as UR) is seeking to put in place a framework for legal advice to support the in-house team. The framework will comprise of two lots. • Lot 1 (UK wide): Energy/Water/Utilities Specialist Legal Expertise. General utilities law expertise (covers covering major utilities law specialisms – covering finance/regulatory law, European law, public law, and competition law as key examples) • Lot 2 (Northern Ireland): Northern Ireland specific related areas of law to include but not limited to property law, employment law, litigation (to include pre action protocol matters). Tenderers may bid for admission to one or both of the lots depending on their own specialism. It is currently the intention that a maximum of three Contractors will be appointed under each lot on a ranked basis. Tenderers should refer to the document titled “ID 4435678 Specification” for more details on the services required.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

two.2) Description

two.2.1) Title

Lot 1 - UK Wide

Lot No

1

two.2.2) Additional CPV code(s)

  • 79110000 - Legal advisory and representation services
  • 79112000 - Legal representation services
  • 79140000 - Legal advisory and information services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Northern Ireland Authority for Utility Regulation (Utility Regulator, also referred to as UR) is seeking to put in place a framework for legal advice to support the in-house team. The framework will comprise of two lots. • Lot 1 (UK wide): Energy/Water/Utilities Specialist Legal Expertise. General utilities law expertise (covers covering major utilities law specialisms – covering finance/regulatory law, European law, public law, and competition law as key examples) • Lot 2 (Northern Ireland): Northern Ireland specific related areas of law to include but not limited to property law, employment law, litigation (to include pre action protocol matters). Tenderers may bid for admission to one or both of the lots depending on their own specialism. It is currently the intention that a maximum of three Contractors will be appointed under each lot on a ranked basis. Tenderers should refer to the document titled “ID 4435678 Specification” for more details on the services required.

two.2.6) Estimated value

Value excluding VAT: £2,400,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

36

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 - Northern Ireland

Lot No

2

two.2.2) Additional CPV code(s)

  • 79110000 - Legal advisory and representation services
  • 79112000 - Legal representation services
  • 79140000 - Legal advisory and information services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Northern Ireland Authority for Utility Regulation (Utility Regulator, also referred to as UR) is seeking to put in place a framework for legal advice to support the in-house team. The framework will comprise of two lots. • Lot 1 (UK wide): Energy/Water/Utilities Specialist Legal Expertise. General utilities law expertise (covers covering major utilities law specialisms – covering finance/regulatory law, European law, public law, and competition law as key examples) • Lot 2 (Northern Ireland): Northern Ireland specific related areas of law to include but not limited to property law, employment law, litigation (to include pre action protocol matters). Tenderers may bid for admission to one or both of the lots depending on their own specialism. It is currently the intention that a maximum of three Contractors will be appointed under each lot on a ranked basis. Tenderers should refer to the document titled “ID 4435678 Specification” for more details on the services required.

two.2.6) Estimated value

Value excluding VAT: £600,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

36

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 March 2023

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Contract monitoring: the successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of. up to three years..

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 (as amended).

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of framework agreement is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the framework agreement is entered into.