Section one: Contracting authority
one.1) Name and addresses
Manchester Metropolitan University
All Saints Building, Oxford Road
Manchester
M15 6BH
Contact
Stacey Anderton
Country
United Kingdom
NUTS code
UKD33 - Manchester
Internet address(es)
Main address
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