Contract

2324-02-SRD-LJ Legal Services

  • Sheffield Hallam University

F03: Contract award notice

Notice identifier: 2024/S 000-028469

Procurement identifier (OCID): ocds-h6vhtk-042557

Published 5 September 2024, 3:39pm



Section one: Contracting authority

one.1) Name and addresses

Sheffield Hallam University

City Campus,Howard Street

SHEFFIELD

S11WB

Contact

Procurement Team

Email

strategicprocurement@shu.ac.uk

Telephone

+44 1142253431

Country

United Kingdom

Region code

UKE32 - Sheffield

UK Register of Learning Providers (UKPRN number)

10005790

Internet address(es)

Main address

https://www.shu.ac.uk

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

2324-02-SRD-LJ Legal Services

Reference number

2324-02-SRD-LJ

two.1.2) Main CPV code

  • 79100000 - Legal services

two.1.3) Type of contract

Services

two.1.4) Short description

Sheffield Hallam University has entered into contracts with four appropriately experienced commercial legal advisors to provide high quality support to the University and its in-house legal team in all aspects of their work. The University's requirements are divided in to five Lots. Each Lot represents a contract with one advisor appointed per Lot.

The scope of the legal services required for each Lot was set out in the Legal Services Specification included within the procurement documents, which in summary is to cover legal services in the following areas:

Lot 1 - Corporate, Commercial and Regulatory (Non-contentious).

Lot 2 - Disputes and litigation; and Student matters (Non-contentious and contentious).

Lot 3 - HR and Employment law (Non-contentious and contentious).

Lot 4 - Real Estate, Property and Construction (Non-contentious and contentious).

Lot 5 - Full Service - This covers all the services / legal specialisms in Lots 1 to 4 combined. It is designed for projects which require advice across a number of legal specialisms. However, the University reserves the right to use the Full Service contract for any requirement for legal services which falls within the scope of Lot 5.

The estimated value given in this award is for all Lots combined over the maximum five-year term. This is an estimate only as the University's overall spend will vary from year to year, as will the amount of annual spend under each Lot. For any year, spend under each Lot could be up to £400,000 GBP but overall, the estimated value across all Lots combined over the maximum five (5) year term (as set out in section II.1.7) is estimated as £2,000,000 GBP.

This procurement falls within the scope of the Light Touch Regime of the Public Contracts Regulations 2015.

For any of the Lots, the University may require advice on the applicable law in other jurisdictions. If legal advisors are unable to provide this advice themselves, they should have a network of international legal firm contacts who they have worked with and who they can recommend to the University as potential sources of advice in such other jurisdictions.

The Legal advisors appointed are expected to have a deep understanding of the higher education sector, the technical, legal, and regulatory environment which the University operates within. Legal services provided must take account of and reflect that understanding and context.

Legal advisors were able to apply for one or more of the Lots but could only win a maximum of two (2) Lots.

Where a legal advisor has won two Lots, the resulting contract awarded is in the form of a single contract with the advisor which covers both lots.

Each contract shall be for an initial period of three (3) years with an option to extend, at the University's discretion, by up to two (2) further periods of up to one (1) year each, giving a maximum contract term of five (5) years.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,000,000

two.2) Description

two.2.1) Title

Corporate, Commercial and Regulatory (non-contentious)

Lot No

1

two.2.2) Additional CPV code(s)

  • 79110000 - Legal advisory and representation services
  • 79120000 - Patent and copyright consultancy services
  • 79140000 - Legal advisory and information services

two.2.3) Place of performance

NUTS codes
  • UKE32 - Sheffield
  • UKI - London
Main site or place of performance

Sheffield Hallam University campuses

two.2.4) Description of the procurement

Sheffield Hallam University has entered into contracts with four appropriately experienced commercial legal advisors to provide high quality support to the University and its in-house legal team in all aspects of their work. The University's requirements are divided in to five Lots. Each Lot represents a contract with one advisor appointed per Lot.

The scope of the legal services required for each Lot was set out in the Legal Services Specification included within the procurement documents, which in summary covers legal services in the following areas:

Lot 1 - Corporate, Commercial and Regulatory (Non-contentious).

Lot 2 - Disputes and litigation; and Student matters (Non-contentious and contentious).

Lot 3 - HR and Employment law (Non-contentious and contentious).

Lot 4 - Real Estate, Property and Construction (Non-contentious and contentious).

Lot 5 - Full Service - This covers all the services / legal specialisms in Lots 1 to 4 combined. It is designed for projects which require advice across a number of legal specialisms. However, the University reserves the right to use the Full Service contract for any requirement for legal services which falls within the scope of Lot 5.

The estimated value given in this award is for all Lots combined over the maximum five-year term. This is an estimate only as the University's overall spend will vary from year to year, as will the amount of annual spend under each Lot. For any year, spend under each Lot could be up to £400,000 GBP but overall, the estimated value across all Lots combined over the maximum five (5) year term (as set out in section II.1.7) is estimated as £2,000,000 GBP.

This procurement falls within the scope of the Light Touch Regime of the Public Contracts Regulations 2015.

For any of the Lots, the University may require advice on the applicable law in other jurisdictions. If legal advisors are unable to provide this advice themselves, they should have a network of international legal firm contacts who they have worked with and who they can recommend to the University as potential sources of advice in such other jurisdictions.

The Legal advisors appointed are expected to have a deep understanding of the higher education sector, the technical, legal, and regulatory environment which the University operates within. Legal services provided must take account of and reflect that understanding and context.

Legal advisors were able to apply for one or more of the Lots but could only win a maximum of two (2) Lots.

Where a legal advisor has won two Lots, the resulting contract awarded is in the form of a single contract with the advisor which covers both lots.

Each contract shall be for an initial period of three (3) years with an option to extend, at the University's discretion, by up to two (2) further periods of up to one (1) year each, giving a maximum contract term of five (5) years.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

Contract(s) are for an initial term of 36 month(s) from the commencement date with an option to extend by two further periods of up to 12 month(s) each making a maximum contract term of 60 months.

two.2) Description

two.2.1) Title

Disputes and Litigation; and Student matters (non-contentious and contentious)

Lot No

2

two.2.2) Additional CPV code(s)

  • 79110000 - Legal advisory and representation services
  • 79120000 - Patent and copyright consultancy services
  • 79140000 - Legal advisory and information services

two.2.3) Place of performance

NUTS codes
  • UKE32 - Sheffield
  • UKI - London
Main site or place of performance

Sheffield Hallam University Campuses

two.2.4) Description of the procurement

Sheffield Hallam University has entered into contracts with four appropriately experienced commercial legal advisors to provide high quality support to the University and its in-house legal team in all aspects of their work. The University's requirements are divided in to five Lots. Each Lot represents a contract with one advisor appointed per Lot.

The scope of the legal services required for each Lot was set out in the Legal Services Specification included within the procurement documents, which in summary is to cover legal services in the following areas:

Lot 1 - Corporate, Commercial and Regulatory (Non-contentious).

Lot 2 - Disputes and litigation; and Student matters (Non-contentious and contentious).

Lot 3 - HR and Employment law (Non-contentious and contentious).

Lot 4 - Real Estate, Property and Construction (Non-contentious and contentious).

Lot 5 - Full Service - This covers all the services / legal specialisms in Lots 1 to 4 combined. It is designed for projects which require advice across a number of legal specialisms. However, the University reserves the right to use the Full Service contract for any requirement for legal services which falls within the scope of Lot 5.

The estimated value given in this award is for all Lots combined over the maximum five-year term. This is an estimate only as the University's overall spend will vary from year to year, as will the amount of annual spend under each Lot. For any year, spend under each Lot could be up to £400,000 GBP but overall, the estimated value across all Lots combined over the maximum five (5) year term (as set out in section II.1.7) is estimated as £2,000,000 GBP.

This procurement falls within the scope of the Light Touch Regime of the Public Contracts Regulations 2015.

For any of the Lots, the University may require advice on the applicable law in other jurisdictions. If legal advisors are unable to provide this advice themselves, they should have a network of international legal firm contacts who they have worked with and who they can recommend to the University as potential sources of advice in such other jurisdictions.

The Legal advisors appointed are expected to have a deep understanding of the higher education sector, the technical, legal, and regulatory environment which the University operates within. Legal services provided must take account of and reflect that understanding and context.

Legal advisors were able to apply for one or more of the Lots but could only win a maximum of two (2) Lots.

Where a legal advisor has won two Lots, the resulting contract awarded is in the form of a single contract with the advisor which covers both lots.

Each contract shall be for an initial period of three (3) years with an option to extend, at the University's discretion, by up to two (2) further periods of up to one (1) year each, giving a maximum contract term of five (5) years.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

Contract(s) are for an initial term of 36 month(s) from the commencement date with an option to extend by two further periods of up to 12 month(s) each making a maximum

contract term of 60 months.

two.2) Description

two.2.1) Title

HR and Employment Law (Non-contentious and contentious)

Lot No

3

two.2.2) Additional CPV code(s)

  • 79110000 - Legal advisory and representation services
  • 79140000 - Legal advisory and information services

two.2.3) Place of performance

NUTS codes
  • UKE32 - Sheffield
  • UKI - London
Main site or place of performance

Sheffield Hallam University Campuses

two.2.4) Description of the procurement

Sheffield Hallam University has entered into contracts with four appropriately experienced commercial legal advisors to provide high quality support to the University and its in-house legal team in all aspects of their work. The University's requirements are divided in to five Lots. Each Lot represents a contract with one advisor appointed per Lot.

The scope of the legal services required for each Lot was set out in the Legal Services Specification included within the procurement documents, which in summary is to cover legal services in the following areas:

Lot 1 - Corporate, Commercial and Regulatory (Non-contentious).

Lot 2 - Disputes and litigation; and Student matters (Non-contentious and contentious).

Lot 3 - HR and Employment law (Non-contentious and contentious).

Lot 4 - Real Estate, Property and Construction (Non-contentious and contentious).

Lot 5 - Full Service - This covers all the services / legal specialisms in Lots 1 to 4 combined. It is designed for projects which require advice across a number of legal specialisms. However, the University reserves the right to use the Full Service contract for any requirement for legal services which falls within the scope of Lot 5.

The estimated value given in this award is for all Lots combined over the maximum five-year term. This is an estimate only as the University's overall spend will vary from year to year, as will the amount of annual spend under each Lot. For any year, spend under each Lot could be up to £400,000 GBP but overall, the estimated value across all Lots combined over the maximum five (5) year term (as set out in section II.1.7) is estimated as £2,000,000 GBP.

This procurement falls within the scope of the Light Touch Regime of the Public Contracts Regulations 2015.

For any of the Lots, the University may require advice on the applicable law in other jurisdictions. If legal advisors are unable to provide this advice themselves, they should have a network of international legal firm contacts who they have worked with and who they can recommend to the University as potential sources of advice in such other jurisdictions.

The Legal advisors appointed are expected to have a deep understanding of the higher education sector, the technical, legal, and regulatory environment which the University operates within. Legal services provided must take account of and reflect that understanding and context.

Legal advisors were able to apply for one or more of the Lots but could only win a maximum of two (2) Lots.

Where a legal advisor has won two Lots, the resulting contract awarded is in the form of a single contract with the advisor which covers both lots.

Each contract shall be for an initial period of three (3) years with an option to extend, at the University's discretion, by up to two (2) further periods of up to one (1) year each, giving a maximum contract term of five (5) years.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

Contract(s) are for an initial term of 36 month(s) from the commencement date with an option to extend by two further periods of up to 12 month(s) each making a maximum

contract term of 60 months.

two.2) Description

two.2.1) Title

Real Estate, Property and Construction (Non-contentious and contentious)

Lot No

4

two.2.2) Additional CPV code(s)

  • 79110000 - Legal advisory and representation services
  • 79140000 - Legal advisory and information services

two.2.3) Place of performance

NUTS codes
  • UKE32 - Sheffield
  • UKI - London
Main site or place of performance

Sheffield Hallam University Campuses

two.2.4) Description of the procurement

Sheffield Hallam University has entered into contracts with four appropriately experienced commercial legal advisors to provide high quality support to the University and its in-house legal team in all aspects of their work. The University's requirements are divided in to five Lots. Each Lot represents a contract with one advisor appointed per Lot.

The scope of the legal services required for each Lot was set out in the Legal Services Specification included within the procurement documents, which in summary is to cover legal services in the following areas:

Lot 1 - Corporate, Commercial and Regulatory (Non-contentious).

Lot 2 - Disputes and litigation; and Student matters (Non-contentious and contentious).

Lot 3 - HR and Employment law (Non-contentious and contentious).

Lot 4 - Real Estate, Property and Construction (Non-contentious and contentious).

Lot 5 - Full Service - This covers all the services / legal specialisms in Lots 1 to 4 combined. It is designed for projects which require advice across a number of legal specialisms. However, the University reserves the right to use the Full Service contract for any requirement for legal services which falls within the scope of Lot 5.

The estimated value given in this award is for all Lots combined over the maximum five-year term. This is an estimate only as the University's overall spend will vary from year to year, as will the amount of annual spend under each Lot. For any year, spend under each Lot could be up to £400,000 GBP but overall, the estimated value across all Lots combined over the maximum five (5) year term (as set out in section II.1.7) is estimated as £2,000,000 GBP.

This procurement falls within the scope of the Light Touch Regime of the Public Contracts Regulations 2015.

For any of the Lots, the University may require advice on the applicable law in other jurisdictions. If legal advisors are unable to provide this advice themselves, they should have a network of international legal firm contacts who they have worked with and who they can recommend to the University as potential sources of advice in such other jurisdictions.

The Legal advisors appointed are expected to have a deep understanding of the higher education sector, the technical, legal, and regulatory environment which the University operates within. Legal services provided must take account of and reflect that understanding and context.

Legal advisors were able to apply for one or more of the Lots but could only win a maximum of two (2) Lots.

Where a legal advisor has won two Lots, the resulting contract awarded is in the form of a single contract with the advisor which covers both lots.

Each contract shall be for an initial period of three (3) years with an option to extend, at the University's discretion, by up to two (2) further periods of up to one (1) year each, giving a maximum contract term of five (5) years.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

Contract(s) are for an initial term of 36 month(s) from the commencement date with an option to extend by two further periods of up to 12 month(s) each making a maximum

contract term of 60 months.

two.2) Description

two.2.1) Title

Full Service

Lot No

5

two.2.2) Additional CPV code(s)

  • 79110000 - Legal advisory and representation services
  • 79120000 - Patent and copyright consultancy services
  • 79140000 - Legal advisory and information services

two.2.3) Place of performance

NUTS codes
  • UKE32 - Sheffield
  • UKI - London
Main site or place of performance

Sheffield Hallam University Campuses

two.2.4) Description of the procurement

Sheffield Hallam University has entered into contracts with four appropriately experienced commercial legal advisors to provide high quality support to the University and its in-house legal team in all aspects of their work. The University's requirements are divided in to five Lots. Each Lot represents a contract with one advisor appointed per Lot.

The scope of the legal services required for each Lot was set out in the Legal Services Specification included within the procurement documents, which in summary is to cover legal services in the following areas:

Lot 1 - Corporate, Commercial and Regulatory (Non-contentious).

Lot 2 - Disputes and litigation; and Student matters (Non-contentious and contentious).

Lot 3 - HR and Employment law (Non-contentious and contentious).

Lot 4 - Real Estate, Property and Construction (Non-contentious and contentious).

Lot 5 - Full Service - This covers all the services / legal specialisms in Lots 1 to 4 combined. It is designed for projects which require advice across a number of legal specialisms. However, the University reserves the right to use the Full Service contract for any requirement for legal services which falls within the scope of Lot 5.

The estimated value given in this award is for all Lots combined over the maximum five-year term. This is an estimate only as the University's overall spend will vary from year to year, as will the amount of annual spend under each Lot. For any year, spend under each Lot could be up to £400,000 GBP but overall, the estimated value across all Lots combined over the maximum five (5) year term (as set out in section II.1.7) is estimated as £2,000,000 GBP.

This procurement falls within the scope of the Light Touch Regime of the Public Contracts Regulations 2015.

For any of the Lots, the University may require advice on the applicable law in other jurisdictions. If legal advisors are unable to provide this advice themselves, they should have a network of international legal firm contacts who they have worked with and who they can recommend to the University as potential sources of advice in such other jurisdictions.

The Legal advisors appointed are expected to have a deep understanding of the higher education sector, the technical, legal, and regulatory environment which the University operates within. Legal services provided must take account of and reflect that understanding and context.

Legal advisors were able to apply for one or more of the Lots but could only win a maximum of two (2) Lots.

Where a legal advisor has won two Lots, the resulting contract awarded is in the form of a single contract with the advisor which covers both lots.

Each contract shall be for an initial period of three (3) years with an option to extend, at the University's discretion, by up to two (2) further periods of up to one (1) year each, giving a maximum contract term of five (5) years.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

Contract(s) are for an initial term of 36 month(s) from the commencement date with an option to extend by two further periods of up to 12 month(s) each making a maximum contract term of 60 months.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-036679


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 May 2024

five.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Shakespeare Martineau LLP

No 1 Colmore Square

Birmingham

B4 6AA

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
Companies House

OC319029

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £400,000


Section five. Award of contract

Lot No

2 and 5

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 May 2024

five.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Mills & Reeve LLP

24 King William Street

London

EC4R 9AT

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

OC326165

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £400,000


Section five. Award of contract

Lot No

3

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 May 2024

five.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Veale Wasbrough Vizards LLP

Narrow Quay House, Narrow Quay

Bristol

BS1 4QA

Country

United Kingdom

NUTS code
  • UKK11 - Bristol, City of
Companies House

OC384033

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £400,000


Section five. Award of contract

Lot No

4

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 May 2024

five.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Davitt Jones Bould Limited

Level 24 The Shard, 32 London Bridge Street,

London

SE1 9SG

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

6155025

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £400,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Sheffield Hallam University

Sheffield

Country

United Kingdom