Opportunity

Legal Advice and Related Services

  • Wales Audit Office

F02: Contract notice

Notice reference: 2024/S 000-015751

Published 17 May 2024, 4:04pm



Section one: Contracting authority

one.1) Name and addresses

Wales Audit Office

1 Capital Quarter

Cardiff

CF10 4BZ

Contact

Darren Evans

Email

darren.evans@audit.wales

Telephone

+44 2920320500

Country

United Kingdom

NUTS code

UKL22 - Cardiff and Vale of Glamorgan

Internet address(es)

Main address

http://www.audit.wales

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

http://sell2wales.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://sell2wales.gov.uk

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://sell2wales.gov.uk

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