Opportunity

Framework for the Provision of Legal Services

  • Scottish Social Services Council

F02: Contract notice

Notice reference: 2022/S 000-017783

Published 29 June 2022, 3:13pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Social Services Council

Compass House, 11 Riverside Drive

Dundee

DD1 4NY

Contact

Procurement Team

Email

procurement.team@careinspectorate.gov.scot

Telephone

+44 1382207101

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

http://www.sssc.uk.com

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00432

one.3) Communication

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

https://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Social protection


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework for the Provision of Legal Services

Reference number

2122/Aug/001/SSSC

two.1.2) Main CPV code

  • 79100000 - Legal services

two.1.3) Type of contract

Services

two.1.4) Short description

A multi supplier ranked framework (minimum of 2) to provide legal advice and representation to the SSSC, primarily in relation to fitness to practise panel investigations and hearings but also in relation to other matters and proceedings associated with our regulatory function such as employment matters related to Panel members, procurement law as it relates to delivery of learning and development statutory functions, governance matters as it relates to the operation of the SSSC and any other relevant enquiry as it relates to the delivery of our statutory functions. A minimum of 2 ranked suppliers will reduce the risk of any conflict of interest around individual cases.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79110000 - Legal advisory and representation services
  • 79111000 - Legal advisory services
  • 79112000 - Legal representation services
  • 79130000 - Legal documentation and certification services
  • 79140000 - Legal advisory and information services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

A multi supplier ranked framework (minimum of 2) to provide legal advice and representation to the SSSC, primarily in relation to fitness to practise panel investigations and hearings but also in relation to other matters and proceedings associated with our regulatory function such as employment matters related to Panel members, procurement law as it relates to delivery of learning and development statutory functions, governance matters as it relates to the operation of the SSSC and any other relevant enquiry as it relates to the delivery of our statutory functions. A minimum of 2 ranked suppliers will reduce the risk of any conflict of interest around individual cases.

two.2.5) Award criteria

Quality criterion - Name: Quality as per Invitation to Tender documentation. / Weighting: 80

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £500,000

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

The SSSC may extend the framework agreement by one (1) x twelve (12) month period.

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.1.2) 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.2.2) Contract performance conditions

Those excluded as defined in ITT

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

Open 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: 4

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

29 July 2022

Local time

5:00pm

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)

four.2.7) Conditions for opening of tenders

Date

29 July 2022

Local time

5:00pm

Information about authorised persons and opening procedure

PCS post-box will be unlocked and the submissions downloaded on the morning of 1 August 2022 by the appointed person.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: June 2026

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Tenderers may submit enquiries, regarding clarifications or an interpretation of any aspect of this ITT using the facilities available on the “Public Contracts Scotland” portal, from where responses will be distributed to all parties who have noted interest. This will ensure that all potential suppliers are treated equally. Tenderers who attempt to circumvent this formal communication process may be eliminated from participation in the tender.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=698671.

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.publiccontractsscotland.gov.uk/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.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

Community benefits will be realised indirectly through the organisation’s statutory obligations.

(SC Ref:698671)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=698671

six.4) Procedures for review

six.4.1) Review body

Dundee Sherriff Court

6 West Bell Street

Dundee

DD1 9AD

Country

United Kingdom