Tender

Legal Services Framework

  • Manchester Metropolitan University

F02: Contract notice

Notice identifier: 2022/S 000-016841

Procurement identifier (OCID): ocds-h6vhtk-03486e

Published 20 June 2022, 3:38pm



Section one: Contracting authority

one.1) Name and addresses

Manchester Metropolitan University

All Saints Building, Oxford Road

Manchester

M15 6BH

Contact

Stacey Anderton

Email

s.anderton@mmu.ac.uk

Country

United Kingdom

NUTS code

UKD33 - Manchester

Internet address(es)

Main address

https://www.mmu.ac.uk/

Buyer's address

https://in-tendhost.co.uk/mmu/aspx/Home

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/mmu/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/mmu/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Legal Services Framework

Reference number

MMU891

two.1.2) Main CPV code

  • 79100000 - Legal services

two.1.3) Type of contract

Services

two.1.4) Short description

The University wishes to procure a framework of appropriately experienced legal firms to support the University’s Legal Team in all aspects of their work. The firms will provide a high quality, commercial legal service to the University. There will be up to three firms appointed in total.

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

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

two.2.3) Place of performance

NUTS codes
  • UKD33 - Manchester
Main site or place of performance

Manchester Metropolitan University

two.2.4) Description of the procurement

The University wishes to procure a framework of appropriately experienced legal firms to support the University’s Legal Team in all aspects of their work. The firms will provide a high quality, commercial legal service to the University. There will be up to three firms appointed in total.The scope of the legal services required will include the following nine areas, which all firms must be able to advise upon as a minimum:1) Construction, Property and Estates 2) Data protection 3) Litigation 4) Health and Safety 5) Employment 6) Contract Law 7) Intellectual property 8) Corporate Matters 9) IT10) ProcurementIn addition, there may be ad-hoc support required across the following areas, but it is not essential that firms can provide advice across these areas:1) International projects 2) Regulatory law 3) Consumer law 4) Judicial review 5) Finance 6) Student Matters7) Higher EducationPlease note that this list is not exhaustive.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

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

Please see 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.2.2) Contract performance conditions

Please see procurement documents


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: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Framework not exceeding 4 years duration

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

21 July 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

22 August 2022

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)


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

The High Court of Justice of England

Strand

London

WC2A 2LL

Country

United Kingdom