Legal Services for Support of the Local Government Pension Scheme
A Multi-Provider, Multi Lot Framework Agreement for the Provision of Legal Services primarily in Support of the Local Government Pension Scheme.
United Kingdom-Norwich: Legal services
2018/S 181-410179
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
County Hall, Martineau Lane
Norwich
NR1 2DH
United Kingdom
Contact person: Julie Ward
E-mail: sourcingteam@norfolk.gov.uk
NUTS code: UKH15Internet address(es):Main address: www.norfolk.gov.uk
Address of the buyer profile: https://in-tendhost.co.uk/norfolkcc/aspx/Home
I.1)Name and addresses
County Hall, Martineau Lane
Norwich
United Kingdom
E-mail: sourcingteam@norfolk.gov.uk
NUTS code: UKH15Internet address(es):Main address: www.norfolk.gov.uk
Address of the buyer profile: https://in-tendhost.co.uk/norfolkcc/aspx/Home
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
A Multi-Provider, Multi Lot Framework Agreement for the Provision of Legal Services primarily in Support of the Local Government Pension Scheme (LGPS)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Norfolk County Council, on its own behalf and on behalf of the City of Wolverhampton and City of Edinburgh Councils, Brunel Pensions Partnership, the Environment Agency and Local Pensions Partnership wish to let a multi-provider, multi-Lot Framework Agreement for the provision of Legal Services. This Framework Agreement is for the provision of legal services to Administering Authorities of Local Government Pension Schemes (LGPS) and Employer Bodies within the respective funds on all aspects of the law and regulations applicable to them including specialist advisers in pensions and investment law. This procurement has been split into 7 Lots.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Full Service (England and Wales)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The scope of Lot 1 covers legal advice on all aspects of the laws and regulations of England and Wales relevant to LGPS asset pools funds, LGPS Administering Authorities and their participating scheme employers across the UK (in respect of their participation in the LGPS) and the operators of LGPS investment pools.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The maximum number of providers to be appointed to the Framework for Lot 1, is 10.
II.2.1)Title:
Full Service (Scotland)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The scope of Lot 2 covers legal advice on all aspects of the laws and regulations of Scotland relevant to LGPS funds, Administering Authorities, scheme employers (in respect of and their participationg in the LGPS) and LGPS investment pools/collaborative arrangements.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The maximum number of providers to be appointed to the framework for this Lot 2, is 6.
II.2.1)Title:
Full Service (Northern Ireland)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The scope of Lot 3 covers legal advice on all aspects of the laws and regulations of Northern Ireland relevant to LGPS funds, administering authorities (in respect of their participating participation and LGPS investment pools/collaborative arrangements).
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The maximum number of providers to be appointed to the framework for Lot 3, is 6.
II.2.1)Title:
Investment (UK Wide)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The scope of Lot 4 is focused on legal advice relating to different aspects of pension fund investment and investment management or /administration (including as part of a pooled fund structure).
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The maximum number of providers to be appointed to the framework for Lot 4, is 10.
II.2.1)Title:
Benefit Administration, Employer Bodies and Governance (England and Wales)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The scope of Lot 5 covers legal advice on all aspects of the laws and regulations of England and Wales relating to pensions administration, management, governance and employer management and the admission, participation and exit of scheme employers.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The maximum number of providers to be appointed to the framework for Lot 5, is 8.
II.2.1)Title:
Benefit Administration, Employer Bodies and Governance (Scotland)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The scope of Lot 6 covers legal advice on all aspects of the laws and regulations of Scotland relating to pension administration, management, governance and the admission, participation and exit of scheme employers.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The maximum number of providers to be appointed to the framework for Lot 6, is 6.
II.2.1)Title:
Benefit Administration, Employer Bodies and Governance (Northern Ireland)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The scope of Lot 7 covers legal advice on all aspects of the laws and regulations of Northern Ireland in relation relating to pension administration, management, governance and the admission, participation and exit of scheme employers.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The maximum number of providers to be appointed to the framework for Lot 7, is 6.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As described in the Invitation to Tender and associated documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
N/A
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
This procurement will be managed electronically via the Council’s e-procurement system. To participate in this procurement, applicants must first be registered on the system at https://in-tendhost.co.uk/norfolkcc Full instructions for registration and use of the system can be found at https://in-tendhost.co.uk/norfolkcc/aspx/BuyerProfiles Once registered you will be able to see the procurement project under the ‘tenders’ section and ‘express an interest’ to view the documentation. If you encounter any difficulties whilst using the system you can contact the In-tend support team by phoning +44 8442728810 or e-mailing support@in-tend.co.uk
The parties to the joint procurement are:
— City of Wolverhampton and City of Edinburgh Councils,
— Brunel Pensions Partnership,
— the Environment Agency,
— Local Pensions Partnership and Norfolk County Council.
The Framework may be used by:
— any administering authority and any scheme employers as defined in the Local Government Pension Scheme Regulations SI 2013/2356 (as amended) and or the Local Government Pension Scheme (Scotland) Regulations 2018 as amended by SSI 2018/141; as defined in the Local Government Pension Scheme Regulations (Northern Ireland) 2014 / SRNI 2014/188(as amended);
— the Board of the Pension Protection Fund www.pensionprotectionfund.org.uk
— any other administering authority or organisation of a public-sector pension scheme or any public-sector body that requires pensions related services; and
— any Common Asset Pool or Collective Investment Vehicle established by or on behalf of an administering authority or group of administering authorities;
— any LGPS or groups of LGPS funds; or
— any bodies, organisations or companies established by them for the purpose of operating on a collective or collaborative basis.
For the avoidance of doubt, any framework user may award a contract to a successful Applicant for any Lot, in respect of any services within the given Lot. No framework user shall be prevented or restricted from calling-off work under any particular Lot(s). No guarantee of business is given. The value of the framework is expected to be between 2 550 000 GBP and 11 750 000 GBP.
VI.4.1)Review body
Norwich
United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern EN Standard form 02 — Contract notice 12 / 19 Ireland). Proceedings must be brought within 30 days from the date of knowledge (the date on which the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen) unless the Court considers that there is good reason for extending the period within which proceedings may be brought, in which case the Court may extend that period up to a maximum of 3 months from the date of knowledge.
VI.5)Date of dispatch of this notice: