Legal Advice Tender for Wales Audit Office
The Wales Audit Office and the Auditor General for Wales require legal advice on a range of topics and issues relevant to their statutory functions.
United Kingdom-Cardiff: Legal advisory services
2019/S 025-055866
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
24 Cathedral Road
Cardiff
CF11 9LJ
United Kingdom
Contact person: Adam James-Price
Telephone: +44 2920320500
E-mail: adam.james-price@audit.wales
Fax: +44 2920320600
NUTS code: UKL22
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0519
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:
Legal Advice and Related Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.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.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Wales
II.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.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for a further 2 years at 1-year intervals at the sole discretion of the WAO (i.e. 3 years + 1 + 1).
II.2.9)Information about the limits on the number of candidates to be invited
PQQ. All award criteria are stated only in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
An initial 3 year term. Option for 2 years further extension in 12 month installments (at sole discretion of the WAO) available to provide business continuity (assurance of service delivery).
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Please note: The ITT Award and 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.
(WA Ref:89365)
The buyer considers that this contract is suitable for consortia.
VI.4.1)Review body
24 Cathedral Road
Cardiff
CF11 9LJ
United Kingdom
Telephone: +44 2920320500
Fax: +44 2920320600Internet address: www.audit.wales
VI.5)Date of dispatch of this notice: