Contract

ID4435678 UREGNI - Legal Services Framework 2023

  • The Northern Ireland Authority for Utility Regulation

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

Notice identifier: 2023/S 000-011927

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

Published 26 April 2023, 10:30am



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.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.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,000,000

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.2.13) 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.2.13) 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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-003461


Section five. Award of contract

Contract No

1

Lot No

1

Title

Lot 1 - UK Wide

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 April 2023

five.2.2) Information about tenders

Number of tenders received: 3

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: 2

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Gowling WLG UK LLP

4 More London Riverside

London

SE1 2AU

Email

tenders@gowlingwlg.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

five.2.3) Name and address of the contractor

Addleshaw Goddard Llp

Milton Gate

LONDON

EC1Y 4AG

Email

bdtenders@addleshawgoddard.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,400,000

Total value of the contract/lot: £2,400,000


Section five. Award of contract

Contract No

2

Lot No

2

Title

Lot 2 - Northern Ireland

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 April 2023

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 3

five.2.3) Name and address of the contractor

MILLS SELIG LTD

21 Arthur Street

BELFAST

BT1 4GA

Email

glenn.watterson@millsselig.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £600,000

Total value of the contract/lot: £600,000


Section six. Complementary information

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 complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of framework was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the framework agreement was entered into.