- Scope of the procurement
- 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
Section one: Contracting authority
one.1) Name and addresses
Sheffield Hallam University
City Campus,Howard Street
SHEFFIELD
S11WB
Contact
Procurement Team
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
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