Section one: Contracting authority
one.1) Name and addresses
Nuneaton and Bedworth Borough Council
Town Hall, Coton Road
Nuneaton
CV11 5AA
procurement@nuneatonandbedworth.gov.uk
Country
United Kingdom
NUTS code
UKG13 - Warwickshire
Internet address(es)
Main address
https://www.nuneatonandbedworth.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned 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
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NUN – Legal Services Framework
Reference number
NUN - 21882
two.1.2) Main CPV code
- 79112000 - Legal representation services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council has a requirement to procure a legal services framework consisting of our (4 Lots, covering a range of legal services to act as an extension to the in-house legal team.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Planning
Lot No
Lot 1 - Planning
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKG13 - Warwickshire
two.2.4) Description of the procurement
o enable the Council to maximise potential benefits, the requirement has been divided into 4 lots via an Open Procedure under the Public Contract Regulations 2015. It is the Council’s intention to award a maximum of 2 suppliers per Lot onto the framework agreement. Please note, should fewer returns be received, or fewer bids are deemed acceptable, the Council reserves the right to proceed with the award of the Framework Agreement and each Lot despite awarding to fewer bidders than originally proposed. Furthermore, Call off contracts executed during the term of the framework agreement (before the end date) may continue after the framework agreement end date in accordance with the call-off contract term (and any contract extensions) stated in the call-off contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2025
End date
31 May 2027
This contract is subject to renewal
Yes
Description of renewals
2 x 12 MONTHS
two.2.10) Information about variants
Variants will be accepted: No
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) Description
two.2.1) Title
Lot 2 - Commercial and Contracts
Lot No
Lot 2 - Commercial and Contracts
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKG13 - Warwickshire
two.2.4) Description of the procurement
The Council has a requirement to procure a legal services framework consisting of our (4 Lots, covering a range of legal services to act as an extension to the in-house legal team.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2025
End date
31 May 2027
This contract is subject to renewal
Yes
Description of renewals
2x 12 Months
two.2.10) Information about variants
Variants will be accepted: No
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) Description
two.2.1) Title
Lot 3 - Property
Lot No
Lot 3 - Property
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKG13 - Warwickshire
two.2.4) Description of the procurement
The Council has a requirement to procure a legal services framework consisting of our (4 Lots, covering a range of legal services to act as an extension to the in-house legal team.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2025
End date
31 May 2027
This contract is subject to renewal
Yes
Description of renewals
2 x 12 months
two.2.10) Information about variants
Variants will be accepted: No
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) Description
two.2.1) Title
Lot 4 - Housing
Lot No
Lot 4 - Housing
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKG13 - Warwickshire
two.2.4) Description of the procurement
The Council has a requirement to procure a legal services framework consisting of our (4 Lots, covering a range of legal services to act as an extension to the in-house legal team.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2025
End date
31 May 2027
This contract is subject to renewal
Yes
Description of renewals
2 x 12 months
two.2.10) Information about variants
Variants will be accepted: No
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
SRA (or equivalent) qualified individuals qualified to practice Law. A declaration to be included asking legal firm to include the individual(s) at each level and their associated SRA qualification number.
three.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
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
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
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.2.2) Time limit for receipt of tenders or requests to participate
Date
26 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
26 March 2025
Local time
12:30pm
Place
Open virtually via e-tendering platform
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Cabinet Office - Public Procurement Review Service
70 Whitehall London
London
SW1A 2AS
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Cabinet Office - Public Procurement Review Service
70 Whitehall London
London
Country
Afghanistan
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit