Section one: Contracting authority
one.1) Name and addresses
Wales Audit Office
1 Capital Quarter
Cardiff
CF10 4BZ
Contact
Darren Evans
Telephone
+44 2920320500
Country
United Kingdom
NUTS code
UKL22 - Cardiff and Vale of Glamorgan
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0519
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
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
Body governed by public law
one.5) Main activity
Other activity
Audit
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Legal Advice and Related Services
two.1.2) Main CPV code
- 79111000 - Legal advisory services
two.1.3) Type of contract
Services
two.1.4) Short description
The Wales Audit Office (WAO) and the Auditor General for Wales (AGW) require legal advice on a range of topics and issues relevant to their statutory functions. As such, the WAO wishes to procure and implement a Framework Agreement for the provision of external Legal Advice and Related Services, for both the WAO and the AGW.
The advice required will typically relate to either the WAO’s provision of services to the AGW or the AGW’s statutory work.
two.1.5) Estimated total value
Value excluding VAT: £210,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
- 79110000 - Legal advisory and representation services
- 79112000 - Legal representation services
- 79140000 - Legal advisory and information services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Wales
two.2.4) Description of the procurement
The Wales Audit Office (WAO) and the Auditor General for Wales (AGW) require legal advice on a range of topics and issues relevant to their statutory functions. As such, the WAO wishes to procure and implement a Framework Agreement for the provision of external Legal Advice and Related Services, for both the WAO and the AGW.
The advice required will typically relate to either the WAO’s provision of services to the AGW or the AGW’s statutory work.
The Framework Agreement will consist of 2 Suppliers on a tiered basis. Both will be expected to provide Legal Advice and Related Services when required, but call-offs will always go to the Tier 1 Supplier in the first instance and then will be offered to the Tier 2 Supplier thereafter should the Tier 1 Supplier be unable to provide the services in that instance for whatever reason.
The requirement, in terms of the main, broad areas of law on which the WAO and AGW may require advice are:
- a) Audit
- b) General Public Business
These are not separate Lots and it should be noted that in practice matters often overlap. The successful Suppliers must therefore be able to provide all of the required services under both areas of law.
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
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further 2 years at 1-year intervals at the sole discretion of the WAO (i.e. 3 years + 1 + 1).
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
PQQ. All award criteria are stated only in the procurement documents
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As listed in the procurement documents.
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
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
Restricted 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
Envisaged maximum number of participants to the framework agreement: 2
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Justification for any framework agreement duration exceeding 4 years: An initial 3 year term. Option for 2 years further extension in 12 month installments (at sole discretion of the WAO) available to provide business continuity (assurance of service delivery).
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
17 June 2024
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
4 July 2024
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: 4 (from the date stated for receipt of tender)
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 payment will be used
six.3) Additional information
Please note: The ITT Award & Selection Criteria (inc. Technical Questions and Commercial Questions) and draft Framework Agreement will be made available for review and consideration at the PQQ. Prospective Suppliers are not to respond to the ITT at the first stage of the procurement (PQQ). Only those Suppliers successful at PQQ and invited to tender will be able to respond to the ITT requirements.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=89365.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
The buyer considers that this contract is suitable for consortia.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=141556.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(WA Ref:141556)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom