Section one: Contracting authority
one.1) Name and addresses
Merseytravel
No, 1 Mann Island
Liverpool
L3 1BP
Contact
Tender
Country
United Kingdom
NUTS code
UKD7 - Merseyside
Internet address(es)
Main address
http://www.merseytravel.gov.uk/
Buyer's address
http://www.merseytravel.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=c8862210-df92-eb11-810c-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=c8862210-df92-eb11-810c-005056b64545
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
https://procontract.due-north.com/Advert/Index?advertId=c8862210-df92-eb11-810c-005056b64545
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Public Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Legal Advisors for Rail Matters
Reference number
DN536110
two.1.2) Main CPV code
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.1.3) Type of contract
Services
two.1.4) Short description
LCRCA / Merseytravel wishes to appoint a single law firm (or ABS) to act as its principal external legal advisors in relation to rail matters for a period of 3 years. The appointed legal advisors, together with externally appointed commercial, financial and technical advisors as appropriate, will advise a variety of staff within LCRCA including:
• Directors
• Integrated Transport and Rail Teams
• Rolling Stock Team
• OLR Team
• Legal Team
• Finance Team
It will be vital to form coherent and cohesive working teams and ensure that advice and workstreams are aligned throughout the organisation. Given the technical and specialist nature of rail operations, the appoint appointed legal advisors may be required to advise in conjunction with other external consultants including commercial, financial and technical advisors.
two.1.5) Estimated total value
Value excluding VAT: £750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
LCRCA / Merseytravel wishes to appoint a single law firm (or ABS) to act as its principal external legal advisors in relation to rail matters for a period of 3 years. The appointed legal advisors, together with externally appointed commercial, financial and technical advisors as appropriate, will advise a variety of staff within LCRCA including:
• Directors
• Integrated Transport and Rail Teams
• Rolling Stock Team
• OLR Team
• Legal Team
• Finance Team
It will be vital to form coherent and cohesive working teams and ensure that advice and workstreams are aligned throughout the organisation. Given the technical and specialist nature of rail operations, the appoint appointed legal advisors may be required to advise in conjunction with other external consultants including commercial, financial and technical advisors.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
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.2.14) Additional information
The stated contract value is an estimate and the actual value could be higher or lower depending on the services and resources required.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 May 2021
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 May 2021
Local time
11:00am
Place
The Chest.
Information about authorised persons and opening procedure
The procurement team via The Chest
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The stated contract value is an estimate and the actual value could be higher or lower depending on the services and resources required.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
London
WC2A2LL
Country
United Kingdom