Legal Advisory Services for City University of London
6 Lots. Legal Advisory Services – Student Matters – Lot No: 1.
United Kingdom-London: Legal services
2018/S 179-405776
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Northampton Square
London
EC1
United Kingdom
Telephone: +44 2070408003
E-mail: suri.araniyasundaran.1@city.ac.uk
NUTS code: UKI4
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Legal Advisory Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Legal Advisory Services.
II.1.5)Estimated total value
II.1.6)Information about lots
City reserves the right to combine the Lot or Lots in any combination.
II.2.1)Title:
Legal Advisory Services — Student Matters
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Inner London — East
II.2.4)Description of the procurement:
Legal Advisory Services on Student matters.
II.2.5)Award criteria
II.2.6)Estimated value
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.2.1)Title:
Legal Advisory Services — HR Matters
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Inner London — East
II.2.4)Description of the procurement:
Legal Advisory Services — HR Matters
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Annual Performance review.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Legal Advisory Services — Property and Estates matters
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Inner London — East
II.2.4)Description of the procurement:
Legal Advisory Services — Property and Estates matters
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Annual Performance Review
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Legal Advisory Services — Intellectual Property Matters
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Inner London — East
II.2.4)Description of the procurement:
Legal Advisory Services — Intellectual Property Matters
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Annual Performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Legal Advisory Services — Immigration Matters for Students or Staff
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Inner London — East
II.2.4)Description of the procurement:
Legal Advisory Services — Immigration Matters for Students or Staff
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Annual Performance
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Legal Advisory Services — Commercial and Other
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Inner London — East
II.2.4)Description of the procurement:
Legal Advisory Services — Commercial and Other
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Annual Performance
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
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)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
Every 4 to 5 years
VI.2)Information about electronic workflows
VI.3)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Legal-services./AQH8EMA4HC
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/AQH8EMA4HC
GO Reference: GO-2018914-PRO-13196310
VI.4.1)Review body
London
United Kingdom
Telephone: +44 2070408003
E-mail: suri.araniyasundaran.1@city.ac.uk
VI.5)Date of dispatch of this notice: