Section one: Contracting authority
one.1) Name and addresses
Liverpool John Moores University
Exchange Station
Liverpool
L2 2QP
Contact
In-tend Portal - LJMU
PurchaseOrderQueries@ljmu.ac.uk
Country
United Kingdom
Region code
UKD72 - Liverpool
Charity Commission (England and Wales)
Liverpool John Moores University
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/ljmu/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/ljmu/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Higher Education
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Agreement for Legal Services - One Stop Shop
Reference number
LJMU 2320
two.1.2) Main CPV code
- 79100000 - Legal services
two.1.3) Type of contract
Services
two.1.4) Short description
The Liverpool John Moores University's Legal Services Team ("LST") is part of the Legal and Governance service division and consists of a small team of lawyers providing advice to the University on all its legal matters. Any matters that require external legal support are instructed out through the LST. The LST is headed by the Head of Legal and Deputy General Counsel, and consists of several commercial and employment solicitors, supported by the team's PA. The University Secretary and General Counsel oversees the Legal and Governance Services division. Our objectives are to:
• deliver high quality and timely legal solutions to colleagues across LJMU
• work closely with partners to ensure that LJMU's strategic aims are met and support colleagues to make better-informed decisions
• promote an awareness of the legal implications of activities and decisions, ensuring any risks are identified promptly and mitigated effectively
• pro-actively support our colleagues by providing innovative and creative legal solutions to practical issues
• ensure legal and regulatory compliance and promote good governance
• advise LJMU, its subsidiaries and associated companies
• provide advice to the Board of Governors, its Executive Officers, Directors and Faculty and Professional Services staff.
The University intends to appoint up to four external legal services providers to the Legal Services - One Stop Shop Framework agreement. The establishment of this Framework Agreement will support the University's legal team in the provisions of legal support
two.1.5) Estimated total value
Value excluding VAT: £250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
Liverpool
two.2.4) Description of the procurement
The University requires support in the following practice areas:
1. Commercial law (this includes research contracts, collaboration and international collaboration agreements, non disclosure agreements, SaaS, PaaS, apprenticeship contracts, licence agreements, good, services and works contracts, IP, IT, franchise contracts, funding agreements, sub contractor agreements, general terms and conditions; marketing, procurement, competition and consumer law matters, cross-border/international matters)
2. Corporate law (advising on charity law, the University's wholly owned subsidiaries, spin-out companies and other commercial activities, corporate finance, corporate governance and constitutional matters)
3. Litigation (relating to all practice areas, including academic litigation and judicial review)
4. Property and Construction (drafting and negotiating sale, purchase and lease documentation, deeds of variation, filing requirements with Land Registry, reviewing title documents and advising on the same, including restrictive covenants, drafting and negotiating property licence agreements, advising on forfeiture of leases, planning law advice, construction and major projects)
5. Student matters (fitness to practise, disputes (including discrimination), complaints, appeals, student contract and related policies)
6. Employment law (advice on HR casework processes (discipline, grievance etc), TUPE, whistleblowing, discrimination, trade union/industrial relations, redundancy, policy and contract reviews, Employment Tribunal claims, pensions, immigration law, settlement agreements, international collaborations involving staff travel and work overseas)
7. Data protection matters (data subject access and Freedom of Information Act requests).
8. Regulatory compliance (including OfS regulatory framework compliance, health and safety, export controls, subsidy control)
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: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Please see tender pack on In-tend
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Only the SQ should be completed at Stage One, all other documents within the tender pack are for information purposes
Please do not make direct contact with the Buyer, all queries must be placed via 'correspondence' on In-tend
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please register on In-tend and access the Tender Pack
three.1.2) Economic and financial standing
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 Legal Profession
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
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 November 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 November 2023
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: 6 (from the date stated for receipt of tender)
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
n/a
n/a
Country
United Kingdom