Section one: Contracting authority
one.1) Name and addresses
Warwickshire Police
PO Box 4, Woodcote Drive, Leek Wootton
Warwickshire
CV35 7QB
Contact
Sally Brown
Sally.Brown@warwickshire.police.uk
Telephone
+44 01926415000
Country
United Kingdom
Region code
UKG13 - Warwickshire
National registration number
n/a
Internet address(es)
Main address
https://www.warwickshire.police.uk/
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/86783
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=71235&B=BLUELIGHT
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=71235&B=BLUELIGHT
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
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Legal Services Framework
Reference number
WP23-0018
two.1.2) Main CPV code
- 79100000 - Legal services
two.1.3) Type of contract
Services
two.1.4) Short description
Warwickshire Police has a requirement to establish a framework agreement of suitably qualified providers of legal advisory services.
This shall operate as a framework agreement with multiple suppliers utilising both direct award and quote call off procedures where appropriate.
Provide legal advice, representation, legal drafting and support in respect of:
• Governance, Compliance & Collaboration Agreements
• Commercial Property & Estates
• Commercial Contracts Services & Procurement Law Services
• Employment & HR including Tribunals
The Supplier shall provide services on a call off basis 5 days a week, 52 weeks of the year.
This tender falls within the scope of the Light Touch Regime of the Public Contracts Regulations.
The contract shall be for an initial period of 3 years with an option to extend for up to a further 2 years.
two.1.5) Estimated total value
Value excluding VAT: £938,000
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
- UKG13 - Warwickshire
two.2.4) Description of the procurement
Warwickshire Police has a requirement to establish a framework agreement of suitably qualified providers of legal advisory services.
This shall operate as a framework agreement with multiple suppliers utilising both direct award and quote call off procedures where appropriate. All suppliers shall be on an equal standing and for direct awards selected according to the nature of the legal advice required.
The intended scope of this procurement is a framework for use by Warwickshire Police, however as a contract option (to be confirmed by variation) the agreement may also be used by the Police & Crime Commissioner for Warwickshire.
Warwickshire Police has its own in-house Legal Services Team. The team handles a wide range of operational advice across the breadth of police activity, and litigation and advocacy in the Magistrates Court, Crown Court, County Court, High Court, Family Courts, and Inquests.
The in-house team manages all civil claims against the Force and all insurance matters, the team also deals with all police misconduct cases and some ad hoc HR matters where they overlap. Additionally, the in-house team advise on collaboration arrangements and wider multi-agency working arrangements including MoUs and data sharing.
We currently have separate arrangements for other areas of work required by the Force where we outsource work in the following areas:
• HR/employment law advice and all Employment Tribunal claims
• All Property and Estates work
• Commercial contracts and advice
• Some advice on wider governance arrangements
This tender falls within the scope of the Light Touch Regime of the Public Contracts Regulations.
The contract shall be for an initial period of 3 years with an option to extend for up to a further 2 years.
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: £938,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
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
Reference to the relevant law, regulation or administrative provision
The Supplier and its practising solicitors must comply with the requirement for certification, registration/recognition by the Solicitors Regulation Authority (SRA) or be an authorised non-SRA Provider (regulated by another approved regulator).
All practising solicitors must hold a current practising certificate issued by the SRA and comply with the rules of professional conduct set down by the SRA (including the Solicitors’ Code of Conduct 2011, as updated and published on the SRA website).
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: 12
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
19 September 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
19 September 2023
Local time
12:00pm
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
Office of the Police & Crime Commissioner for Warwickshire
3 Northgate Street
Warwick
CV34 4SP
Country
United Kingdom