- 1. Glasgow City Council
- 2. City Building (Glasgow) LLP
- 3. Glasgow Life (Culture & Sport Glasgow)
- 4. City Property (Glasgow) LLP
- 5. City Property Glasgow (Investments) LLP
- 6. Jobs & Business Glasgow
- 7. Argyll and Bute Council
- 8. East Ayrshire Council
- 9. East Renfrewshire Council
- 10. Falkirk Council
- 11. Fife Council
- 12. Inverclyde Council
- 13. North Ayrshire Council
- 14. Perth & Kinross Council
- 15. Scottish Borders Council
- 16. Shetland Islands Council
- 17. South Lanarkshire Council
- 18. West Dunbartonshire Council
Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
40 John Street
Glasgow
G2 1DU
Telephone
+44 1412672476
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
one.1) Name and addresses
City Building (Glasgow) LLP
350 Darnick Street
Glasgow
G21 4BA
ross.hocknull@citybuildingglasgow.co.uk
Telephone
+44 1412872112
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.citybuildingglasgow.co.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11002
one.1) Name and addresses
Glasgow Life (Culture & Sport Glasgow)
38 Albion Street
Glasgow
G1 1LH
Telephone
+44 1412875923
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10287
one.1) Name and addresses
City Property (Glasgow) LLP
229 George Street
Glasgow
G1 1QU
info@citypropertyglasgow.co.uk
Telephone
+44 1412876161
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.citypropertyglasgow.co.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA22542
one.1) Name and addresses
City Property Glasgow (Investments) LLP
Ground Floor, Exchange House, 229 George Street
Glasgow
G1 1QU
info@citypropertyglasgow.co.uk
Telephone
+44 1412876161
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30716
one.1) Name and addresses
Jobs & Business Glasgow
Ladywell Business Centre, 94 Duke Street
Glasgow
G4 0UW
Telephone
+44 3001232898
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16584
one.1) Name and addresses
Argyll and Bute Council
Kilmory
Lochgilphead
PA31 8RT
procurement@argyll-bute.gov.uk
Telephone
+44 1586555232
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00063
one.1) Name and addresses
East Ayrshire Council
Corporate Procurement Team, London Road HQ
Kilmarnock
KA3 7BU
procurement@east-ayrshire.gov.uk
Telephone
+44 1563576000
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
http://www.east-ayrshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223
one.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
ercprocurement@eastrenfrewshire.gov.uk
Telephone
+44 1415773669
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.eastrenfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183
one.1) Name and addresses
Falkirk Council
The Foundry, 4 Central Park, Central Boulevard
Larbert
FK5 4RU
Telephone
+44 1324506566
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
one.1) Name and addresses
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
enquiry.procurement@fife.gov.uk
Telephone
+44 3451550000
Country
United Kingdom
NUTS code
UKM72 - Clackmannanshire and Fife
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187
one.1) Name and addresses
Inverclyde Council
Procurement, Municipal Buildings, Clyde Square
Greenock
PA15 1LX
corporate.procurement@inverclyde.gov.uk
Telephone
+44 1475712634
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168
one.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
procurement@North-Ayrshire.gov.uk
Telephone
+44 1294310000
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
http://www.north-ayrshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
one.1) Name and addresses
Scottish Borders Council
Council Headquarters
Newtown St Boswells
TD6 0SA
procurement@scotborders.gov.uk
Telephone
+44 1835824000
Country
United Kingdom
NUTS code
UKM91 - Scottish Borders
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394
one.1) Name and addresses
Shetland Islands Council
8 North Ness Business Park
Lerwick, Shetland
ZE1 0LZ
contract.admin@shetland.gov.uk
Telephone
+44 1595744595
Country
United Kingdom
NUTS code
UKM66 - Shetland Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00402
one.1) Name and addresses
South Lanarkshire Council
Council Headquarters, Almada Street, Almada Street
Hamilton
ML3 0AA
procurement_service@southlanarkshire.gov.uk
Telephone
+44 1698454793
Country
United Kingdom
NUTS code
UKM95 - South Lanarkshire
Internet address(es)
Main address
http://www.southlanarkshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410
one.1) Name and addresses
West Dunbartonshire Council
16 Church Street
Dumbarton
G82 1QL
Corporate.Procurement@west-dunbarton.gov.uk
Telephone
+44 1389737000
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
http://www.west-dunbarton.gov.uk/business/suppliers/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
GCC006266CPU - Provision of Legal Services
Reference number
GCC006266CPU
two.1.2) Main CPV code
- 79100000 - Legal services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of this tender exercise is to appoint a number of individual providers, each operating under a multi-lot framework agreement for the Provision of Legal Services.
The lots included are:
Lot 1 - Employment
Lot 2 - Corporate
Lot 3 - General Litigation
Lot 4 - Children and Families
Lot 5 - Property
Lot 6 - Construction
The service required is the provision of a full range of legal services to the Council either on an ad hoc basis as individual projects are instructed. The finalised Framework Agreement will be used to complement the Council’s internal Legal Services Department where expertise and/or additional resource is required externally.
two.1.5) Estimated total value
Value excluding VAT: £22,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 2 - Corporate
Lot No
2
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
- UKM6 - Highlands and Islands
- UKM7 - Eastern Scotland
- UKM9 - Southern Scotland
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
To advise and assist the Council in relation to any requirement it may have regarding:
- corporate / commercial legal services
- planning, roads and environment law
- local government and public law
- complex, high value or novel property law and conveyancing
two.2.5) Award criteria
Quality criterion - Name: Key Personnel / Weighting: 20
Quality criterion - Name: Service Delivery (balancing political and legal risks) / Weighting: 12
Quality criterion - Name: Added Value / Weighting: 3
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Shared Services / Weighting: 15
Quality criterion - Name: Renewable Energy Generation / Weighting: 15
Price - Weighting: 30
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.2.10) 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
two.2) Description
two.2.1) Title
Lot 1 - Employment
Lot No
1
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
- UKM8 - West Central Scotland
- UKM7 - Eastern Scotland
- UKM6 - Highlands and Islands
- UKM9 - Southern Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
To provide advice and representation on all aspects of employment law including, but not limited to, the matters listed in the scope of requirements below:
Unfair dismissal claims
Claims under the Equalities Act 2010
Breach of contract claims
Claims arising from TUPE
Claims arising under any other jurisdiction of the Employment Tribunal
Any employment litigation arising outwith the Employment Tribunal, whether in the Sheriff Court, Court of Session or otherwise
Advice and representation in relation to any appellate proceedings associated with the above whether in the EAT, Court of Session or Supreme Court
Any matter relating to the settlement or compromise of any such claims
Employee and industrial relations, including terms and conditions of employment, industrial action and all matters relating to Trade Unions
two.2.5) Award criteria
Quality criterion - Name: Key Personnel / Weighting: 20
Quality criterion - Name: Service Delivery (balancing political and legal risks) / Weighting: 12
Quality criterion - Name: Added Value / Weighting: 3
Quality criterion - Name: Employment Rights Bill 2024 – Issues and Challenges / Weighting: 15
Quality criterion - Name: Harassment / Weighting: 15
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 30
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.2.10) 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
two.2) Description
two.2.1) Title
Lot 3 - General Litigation
Lot No
3
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
- UKM7 - Eastern Scotland
- UKM8 - West Central Scotland
- UKM9 - Southern Scotland
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
To provide advice and assistance to the Council on all aspects of civil litigation, including representation at courts and tribunals as required. This lot will include but is not limited to the following:
Reparation actions in the Sheriff Court, All Scotland Sheriff PI Court and Court of Session;
Provision of an Edinburgh Agency Service to conduct, or assist with the conduct of, proceedings in the Court of Session and All Scotland Sheriff PI Court;
Pursuing or defending general litigation actions raised by or against the Council in the Sheriff Court and Court of Session;
Raising and/or defending Judicial Review proceedings;
Conducting, and advising on, appellate proceedings;
Matters within the jurisdiction of statutory tribunals, including but not limited to the Mental Health Tribunal for Scotland and the First Tier Tribunal for Scotland Health and Education Chamber, the jurisdiction of which includes Additional Support Needs, references in terms of the Education (Additional Support for Learning)(Scotland) Act 2004 and claims under the Equality Act 2010, but excluding Employment Tribunals;
Advice and Representation in the Upper Tribunal as required;
Summary Applications raised against the Council under various statutes including but not limited to licensing appeals. This would also include education placing requests appeals in terms of the Education (Scotland) Act 1980 and seeking orders under the Adults with Incapacity (Scotland) Act 2000 where the in-house team do not have capacity;
Summary Applications raised by the Council including but not limited to Anti-Social Behaviour Orders;
Pursuing or defending actions for debt raised by or against the Council;
Heritable actions for recovery of possession in the Sheriff Court;
Property litigation matters (including but not limited to debt management);
Advice and representation in relation to education prosecutions raised under the Education (Scotland) Act 1980;
Advice and representation in any education proceedings which do not fall within the jurisdiction of the courts or tribunals. For example, complaints raised in terms of Section 70 of the Education (Scotland) Act 1980 or Dispute Resolution proceedings raised in terms of the Education (Additional Support for Learning) (Scotland) Act 2004.
Advice can include, but is not limited to, pre-court discussions, preparatory work including revising papers, taking precognitions, identifying and lodging productions and raising or defending proceedings.
Representation will include, but is not limited to, attendance at any procedural hearings, diets, case management calls and other hearings.
two.2.5) Award criteria
Quality criterion - Name: Key Personnel / Weighting: 20
Quality criterion - Name: Service Delivery (balancing political and legal risks) / Weighting: 12
Quality criterion - Name: Added Value / Weighting: 3
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Litigation Challenges / Weighting: 15
Quality criterion - Name: Resource Allocation / Weighting: 15
Price - Weighting: 30
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.2.10) 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
two.2) Description
two.2.1) Title
Lot 4 - Children and Families
Lot No
4
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
- UKM7 - Eastern Scotland
- UKM8 - West Central Scotland
- UKM9 - Southern Scotland
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
To advise and assist the Council on its statutory rights and responsibilities in relation to children and young persons, and to provide advice and representation as required. Working with the Council’s in-house legal team or directly on the instruction of Social Work Services, as required, this lot includes but is not restricted to the following:
Child Protection Order applications and other proceedings under the Children’s Hearing (Scotland) Act 2011
Permanence order applications and other proceedings under the Adoption and Children (Scotland) Act 2007
Proceedings under the Children (Scotland) Act 1995
Proceedings under the Children and Young People (Scotland) Act 2014
The provision of advice and training to social work employees on the above
two.2.5) Award criteria
Quality criterion - Name: Key Personnel / Weighting: 20
Quality criterion - Name: Service Delivery (balancing political and legal risks) / Weighting: 12
Quality criterion - Name: Added Value / Weighting: 3
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Legislative Changes / Weighting: 15
Quality criterion - Name: Cost Efficiency / Weighting: 15
Price - Weighting: 30
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.2.10) 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
two.2) Description
two.2.1) Title
Lot 5 - Property
Lot No
5
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
- UKM7 - Eastern Scotland
- UKM8 - West Central Scotland
- UKM9 - Southern Scotland
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
To provide general and/or specific advice and guidance on all aspects of property law; and to assist with and/or carry out on behalf of the Council or an ALEO property transactions (including where the matter is of a routine or complex nature and/or lower/high value).
This will include (but is not limited to):
disposals; acquisitions; leases (acting for landlord or tenant) and lease management transactions; securities; title examinations, due diligence and reporting exercises; completion of title and voluntary registrations; and other work relating to property. It may also include in some cases work requiring specialist property expertise (for example, in areas such as telecoms, utilities and renewables).
two.2.5) Award criteria
Quality criterion - Name: Key Personnel / Weighting: 20
Quality criterion - Name: Service Delivery (balancing political and legal risks) / Weighting: 12
Quality criterion - Name: Added Value / Weighting: 3
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Land Sale Considerations / Weighting: 30
Price - Weighting: 30
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.2.10) 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
two.2) Description
two.2.1) Title
Lot 6 - Construction
Lot No
6
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
- UKM7 - Eastern Scotland
- UKM8 - West Central Scotland
- UKM82 - Glasgow City
- UKM9 - Southern Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
To advise and assist the Council in relation to any requirement it may have regarding contentious and/or non-contentious construction law.
Advising on all contentious and/or non-contentious construction matters, including but not limited to: construction contracts (all industry standard terms (eg NEC, SBCC) and specialist/bespoke contracts), partnership contracts, agreements with statutory infrastructure bodies (eg Network Rail and Scottish Water), collateral warranties, sub-contracts, sub-contractor appointments, professional appointments, parent company guarantees, performance bonds, and construction disputes (litigation, adjudication and arbitration).
two.2.5) Award criteria
Quality criterion - Name: Key Personnel / Weighting: 20
Quality criterion - Name: Service Delivery (balancing political and legal risks) / Weighting: 12
Quality criterion - Name: Added Value / Weighting: 3
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Contractual Provisions / Weighting: 15
Quality criterion - Name: Mitigating Contract Delays / Weighting: 15
Price - Weighting: 30
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.2.10) 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
List and brief description of selection criteria
4B. Economic & Financial Standing
Glasgow City Council’s Insurance Requirements are:
- Bidder shall take out and maintain, throughout the period of the contract, Employer’s Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000GBP) in respect of any one event and unlimited in the period.
- Bidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000GBP) in respect of any one event and unlimited in the period.
- Bidder shall take out and maintain throughout the period of their services and for a further 6 years on completion of their service, Professional Indemnity insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000GBP) in respect of any one event and in the aggregate.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please provide 2 relevant examples of services carried out during the last three years as specified in the Contract Notice:
(Please note that one example must be a public sector example.)
For the example the following information must be provided but not be limited to:
An overview of the contract including:
- customer name,
- contract start date
- contract end dates
- contract value
- a detailed description to include what services were covered within the contract.
Minimum level(s) of standards possibly required
The weighting will be 50% for each example with 100% attributed to two examples for this contract. A minimum mark of 60% out of 100% is required in total for this question. Any bidder who fails to achieve the minimum score for this question will be excluded at this stage.
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
Qualified solicitors assigned to pieces of work awarded from this framework must be registered with The Law Society of Scotland.
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: 24
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
Originally published as:
Date
20 January 2025
Local time
12:00pm
Changed to:
Date
27 January 2025
Local time
12:00pm
See the change notice.
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 January 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: December 2028
six.2) Information about electronic workflows
Electronic payment will be used
six.3) Additional information
The following certificates are included in the technical envelope of the within the PCS Tender portal, and must be completed:
Freedom of Information Act
Tenderers Amendments
Non – Collusion
Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any.
Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period.
Terms and Conditions are located within the Buyers Attachments area of the tender portal.
Request for Documentation: Once the Evaluation of Price and Quality has been completed, the recommended Bidder will be expected to provide all documentation as specified in the SPD. When the Request for Documentation is made, Bidders must supply the relevant information within 5 working days. Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28140. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Mandatory Community Benefits shall be delivered in the form of ‘Framework Value Add’ as detailed in section 4.4 of the ITT:
Panel Members must deliver to the Council a minimum of two in-house training sessions (minimum one hour each), per framework year for each Lot awarded. The sessions shall comply with the relevant requirements of the Law Society of Scotland Regulations and Guidelines on the provision of continuous professional development training. The topics for such training will be agreed with the Council but it is anticipated they will cover the subject matter areas of the Framework and/or relevant current Scots Law legal topics. These sessions shall be provided irrespective of whether the panel member has received any work under the Framework.
Possible secondments both into inhouse legal services into successful firm.
Panel members shall send all relevant update or case law publications as well as training programme and invites to a dedicated Council email address. Details to be provided on award.
Requirement to provide free telephone advice where that advice amounts to 5 minutes or less. This would not be required more than once per month.
On completion of any Order costing 5,000GBP or over, where requested, the panel member shall provide a summary of main action points and timescales met. For instructions relating to contentious construction matters costing 5,000GBP or over, where requested, a lessons-learned debrief meeting.
(SC Ref:785564)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court & Justice of the Peace Court
PO BOX 23, 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Glasgow City Council (“the Council”) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (“the Regulations”). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.