Tender

NUN – Legal Services Framework

  • Nuneaton and Bedworth Borough Council

F02: Contract notice

Notice identifier: 2025/S 000-006734

Procurement identifier (OCID): ocds-h6vhtk-04e683

Published 21 February 2025, 1:25pm



Section one: Contracting authority

one.1) Name and addresses

Nuneaton and Bedworth Borough Council

Town Hall, Coton Road

Nuneaton

CV11 5AA

Email

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

http://www.csw-jets.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.csw-jets.co.uk/

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

http://www.csw-jets.co.uk/

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