Tender

GCC006266CPU - Provision of Legal Services

  • Glasgow City Council
  • City Building (Glasgow) LLP
  • Glasgow Life (Culture & Sport Glasgow)
  • City Property (Glasgow) LLP
  • City Property Glasgow (Investments) LLP
Show 13 more buyers Show fewer buyers
  • Jobs & Business Glasgow
  • Argyll and Bute Council
  • East Ayrshire Council
  • East Renfrewshire Council
  • Falkirk Council
  • Fife Council
  • Inverclyde Council
  • North Ayrshire Council
  • Perth & Kinross Council
  • Scottish Borders Council
  • Shetland Islands Council
  • South Lanarkshire Council
  • West Dunbartonshire Council

F02: Contract notice

Notice identifier: 2024/S 000-040193

Procurement identifier (OCID): ocds-h6vhtk-04c7c4

Published 13 December 2024, 8:35am



The closing date and time has been changed to:

27 January 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

40 John Street

Glasgow

G2 1DU

Email

sarah.blair2@glasgow.gov.uk

Telephone

+44 1412672476

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

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

Email

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

Email

info@glasgowlife.org.uk

Telephone

+44 1412875923

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgowlife.org.uk

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

Email

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

Email

info@citypropertyglasgow.co.uk

Telephone

+44 1412876161

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.citypropertyglasgow.co.uk

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

Email

procurement@jbg.org.uk

Telephone

+44 3001232898

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.jbg.org.uk/

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

Email

procurement@argyll-bute.gov.uk

Telephone

+44 1586555232

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.argyll-bute.gov.uk

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

Email

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

Email

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

Email

cpu@falkirk.gov.uk

Telephone

+44 1324506566

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

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

Email

enquiry.procurement@fife.gov.uk

Telephone

+44 3451550000

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

http://www.fife.gov.uk

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

Email

corporate.procurement@inverclyde.gov.uk

Telephone

+44 1475712634

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.inverclyde.gov.uk

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

Email

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

Email

contracts@pkc.gov.uk

Telephone

+44 1738475000

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.pkc.gov.uk

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

Email

procurement@scotborders.gov.uk

Telephone

+44 1835824000

Country

United Kingdom

NUTS code

UKM91 - Scottish Borders

Internet address(es)

Main address

http://www.scotborders.gov.uk

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

Email

contract.admin@shetland.gov.uk

Telephone

+44 1595744595

Country

United Kingdom

NUTS code

UKM66 - Shetland Islands

Internet address(es)

Main address

http://www.shetland.gov.uk

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

Email

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

Email

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.