Section one: Contracting authority
one.1) Name and addresses
Scottish Enterprise
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
Contact
Patricia Cusick
Telephone
+44 1414686024
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.scottish-enterprise.com/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398
one.1) Name and addresses
Highlands and Islands Enterprise
An Lòchran, 10 Inverness Campus
Inverness
IV2 5NA
Telephone
+44 1463383084
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00313
one.1) Name and addresses
South of Scotland Enterprise Agency
Carmont House, The Crichton, Bankend Road
Dumfries
DG1 4TA
Telephone
+44 1750535901
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.southofscotlandenterprise.com
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30448
one.2) Information about joint procurement
The contract involves joint procurement
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
Economic and financial affairs
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Legal Services Framework 2024-2028
Reference number
P25-0001
two.1.2) Main CPV code
- 79100000 - Legal services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of this ITT is to appoint up to 4 suppliers to a Legal Services framework agreement for Scottish Enterprise (SE), Highlands & Islands Enterprise (HIE), South of Scotland Enterprise Agency (SOSE), and their respective subsidiary and associated companies and undertakings, and public bodies sharing complementary economic development and/or training objectives.
This framework is anticipated to commence in December 2024 and will have a duration of 4 years (48 months).
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £11,100,000
two.2) Description
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
- 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
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The purpose of this ITT is to appoint up to 4 suppliers to a Legal Services framework agreement for Scottish Enterprise (SE), Highlands & Islands Enterprise (HIE), South of Scotland Enterprise Agency (SOSE), and their respective subsidiary and associated companies and undertakings, and public bodies sharing complementary economic development and/or training objectives.
This framework is anticipated to commence in December 2024 and will have a duration of 4 years (48 months).
The Framework will cover a wide range of legal and associated services both at a domestic and international level, including but not limited to: commercial property, commercial contracts, construction, corporate/corporate finance/corporate governance, data protection, dispute resolution, employment, intellectual property, regulatory compliance (including subsidy law, financial services, data protection, information security and freedom of information), procurement and all aspects of public law. There may be new areas of law arising (for example artificial intelligence law) that we would also expect the Framework to cover in terms of providing advice on developments in these new areas.
two.2.5) Award criteria
Quality criterion - Name: Prompt Payment / Weighting: Pass/Fail
Quality criterion - Name: Application of experience, skills and knowledge required to deliver the framework / Weighting: 41
Quality criterion - Name: Understanding the Purchasers’ operations, values, objectives and risks / Weighting: 31
Quality criterion - Name: Service delivery including contract management and continuous improvement / Weighting: 10
Quality criterion - Name: Added value and partnership working / Weighting: 8
Quality criterion - Name: Information Security Requirements / Weighting: 5
Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 3
Quality criterion - Name: Fair Work First / Weighting: 2
Price - Weighting: 30
two.2.11) Information about options
Options: No
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-031560
Section five. Award of contract
Contract No
P25-0001
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
17 December 2024
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Burness Paull LLP
50 Lothian Road, Festival Square
Edinburgh
EH3 9WJ
Telephone
+44 1412736710
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Addleshaw Goddard LLP
Milton Gate, 60 Chiswell Street
London
EC1Y 4AG
Telephone
+44 1415742468
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.3) Name and address of the contractor
Brodies LLP
58 Morrison Street
Edinburgh
EH3 8BP
Telephone
+44 1316563781
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
No
five.2.3) Name and address of the contractor
CMS Cameron McKenna Nabarro Olswang LLP
Cannon Place, 78 Cannon Street
London
EC4N6AF
Telephone
+44 1413046095
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £11,100,000
Section six. Complementary information
six.3) Additional information
THIS IS THE AWARD NOTICE
This is a priority climate change contract, bidders are required to complete and return the attached Climate Change Plan template.
SPD Statement for 2A.17 – Form of Participation (Notably as part of a group, consortium, joint venture or similar).
Any contract will be entered into with the nominated lead organisation and all members of the consortium, who will in these circumstances each be required to execute said contract together with all ancillary documentation, evidencing their joint and several liability in respect of the obligations and liabilities of the contract. It will be for members of the consortium to sort out their respective duties and liabilities amongst each other. For administrative purposes, any associated documentation will be sent to the nominated lead organisation.
SPD Statement for 2C.1 - Where the main bidder relies on the capacities of other entities in order to meet the selection criteria, the bidder must provide a separate SPD response setting out the information required under SPD (Scotland): Part II (sections A and B); Part III exclusion grounds; the relevant part of Section IV selection criteria; and Part V (if applicable) for each of the entities concerned.
SPD Statement for 2D.1.2 – If the bidder proposes to subcontract any part(s) of the service and those sub-contractors are not relied upon, they should arrange for a separate SPD response from each potential subcontractor. The subcontractors must complete the relevant parts of the SPD (Scotland) (Sections A and B of Part II and Part III only) to self-declare whether there are grounds for their exclusion. [This may be requested at the selection stage or prior to the subcontractor commencing work on the contract.]
(SC Ref:781567)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
Sheriff Clerk’s Office, PO Box 23, 1 Carlton Place,
Glasgow
G5 9DA
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
SPOEprocurement@scotland.gsi.gov.uk
Country
United Kingdom
Internet address
http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In the first instance, contact the Head of Facilities Management and Procurement at Scottish Enterprise, with any concerns or enquiries. Email: https://www.scottish-enterprise.com/help/contact-us.
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015, may bring proceedings that will be started in the High Court.
six.4.4) Service from which information about the review procedure may be obtained
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
SPOEprocurement@scotland.gsi.gov.uk
Country
United Kingdom
Internet address
http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries