Awarded contract

Legal Advice and Related Services

  • Wales Audit Office

F03: Contract award notice

Notice reference: 2024/S 000-029589

Published 16 September 2024, 4:19pm



Section one: Contracting authority

one.1) Name and addresses

Wales Audit Office

1 Capital Quarter

Cardiff

CF10 4BZ

Contact

Darren Evans

Email

darren.evans@audit.wales

Telephone

+44 2920320500

Country

United Kingdom

NUTS code

UKL22 - Cardiff and Vale of Glamorgan

Internet address(es)

Main address

http://www.audit.wales

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0519

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Audit


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Legal Advice and Related Services

two.1.2) Main CPV code

  • 79111000 - Legal advisory services

two.1.3) Type of contract

Services

two.1.4) Short description

The Wales Audit Office (WAO) and the Auditor General for Wales (AGW) require legal advice on a range of topics and issues relevant to their statutory functions. As such, the WAO wishes to procure and implement a Framework Agreement for the provision of external Legal Advice and Related Services, for both the WAO and the AGW.

The advice required will typically relate to either the WAO’s provision of services to the AGW or the AGW’s statutory work.

two.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £210,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services
  • 79110000 - Legal advisory and representation services
  • 79112000 - Legal representation services
  • 79140000 - Legal advisory and information services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Wales

two.2.4) Description of the procurement

The Wales Audit Office (WAO) and the Auditor General for Wales (AGW) require legal advice on a range of topics and issues relevant to their statutory functions. As such, the WAO wishes to procure and implement a Framework Agreement for the provision of external Legal Advice and Related Services, for both the WAO and the AGW.

The advice required will typically relate to either the WAO’s provision of services to the AGW or the AGW’s statutory work.

The Framework Agreement will consist of 2 Suppliers on a tiered basis. Both will be expected to provide Legal Advice and Related Services when required, but call-offs will always go to the Tier 1 Supplier in the first instance and then will be offered to the Tier 2 Supplier thereafter should the Tier 1 Supplier be unable to provide the services in that instance for whatever reason.

The requirement, in terms of the main, broad areas of law on which the WAO and AGW may require advice are:

- a) Audit

- b) General Public Business

These are not separate Lots and it should be noted that in practice matters often overlap. The successful Suppliers must therefore be able to provide all of the required services under both areas of law.

two.2.5) Award criteria

Quality criterion - Name: How your organisation would supply the required services to the AGW & WAO, including an outline of how work will be allocated and supervised. b) CVs for the proposed team. / Weighting: 20

Quality criterion - Name: Detail how your firm would organise and facilitate legal representation for the WAO at a tribunal, or other legal proceedings. / Weighting: 10

Quality criterion - Name: Detail how your firm would ensure that the WAO’s instructions are appropriately prioritised. / Weighting: 10

Quality criterion - Name: Detail how your firm would support the AGW and the WAO in performing the Public Sector Equality Duty in the course of the provision of legal services on an ongoing basis. / Weighting: 10

Quality criterion - Name: Scenarios / Weighting: 10

Price - Weighting: 40

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 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

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: 2024/S 000-015751


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

13 September 2024

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

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

five.2.3) Name and address of the contractor

STONE KING LLP

Upper Borough Court, Upper Borough Walls

Bath

BA11RG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £210,000

Total value of the contract/lot: £210,000


Section six. Complementary information

six.3) Additional information

Please note: The ITT Award & Selection Criteria (inc. Technical Questions and Commercial Questions) and draft Framework Agreement will be made available for review and consideration at the PQQ. Prospective Suppliers are not to respond to the ITT at the first stage of the procurement (PQQ). Only those Suppliers successful at PQQ and invited to tender will be able to respond to the ITT requirements.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=89365.

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.sell2wales.gov.wales/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.

The buyer considers that this contract is suitable for consortia.

(WA Ref:144544)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom