Severn Trent Water Legal Services Tender
STW and HD wish to award Framework Agreements for the provision of legal services.
United Kingdom-Coventry: Legal services
2019/S 127-311535
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
Severn Trent Centre, 2 St John’s Street
Coventry
CV1 2LZ
United Kingdom
E-mail: Adrean.Chavira@severntrent.co.uk
NUTS code: UK
Address of the buyer profile: https://severntrent.bravosolution.co.uk/web/login.html
I.1)Name and addresses
03527628
Wrexham Road
Wrexham
LL14 4EH
United Kingdom
Contact person: Adrean Chavira
E-mail: Adrean.Chavira@severntrent.co.uk
NUTS code: UKL
Address of the buyer profile: https://severntrent.bravosolution.co.uk/web/login.html
I.2)Information about joint procurement
Law of England and Wales
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Legal Services Tender
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
STW and HD wish to award Framework Agreements for the provision of legal services. The services exclude legal services for the following: corporate, tax, treasury, insurance litigation, patent and trade mark registration and watching service. Further details of the legal services are included in the procurement documents. Other Severn Trent Group Companies which are not regulated by the Utilities Contract Regulations (‘UCR’) also wish to award Framework Agreements in the procurement process.
The procurement will be divided into 3 lots:
For full details set out in the procurement documents.
II.1.5)Estimated total value
II.1.6)Information about lots
The Contracting Authority reserves the right to award contracts combining the following lots or groups of lots: Any of lots 1 and 2 can be combined into a single contract should a participant be successful across more than one lot.
Refer to procurement documents for more information Project_741 — Legal Service.
II.2.1)Title:
Legal Services Retainer for STW and HD
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
STW and HD wish to award Framework Agreements for the provision of legal services under a retainer. It excludes the following legal services: corporate, tax, treasury, insurance litigation, patent and trade mark registration and watching service.
The retainer model for STW and HD includes without limitation the following legal services: construction, commercial, employment, procurement law, regulatory, environmental, regulatory prosecutions, health and safety, disputes and litigation, data privacy, intellectual property, competition, renewables, planning and real estate portfolio management legal services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Extension options of up to 2 years in total. Further details on options for the duration are set out in the procurement documents.
II.2.9)Information about the limits on the number of candidates to be invited
Further details set out in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
Further details set out in the procurement documents.
II.2.13)Information about European Union funds
II.2.14)Additional information
— no exclusivity or guarantee of volume,
— if a candidate wishes to bid for either Lot 1 or Lot 2, it must bid both Lots 1 and 2,
— no sub-contracting of services is permitted in this lot.
II.2.1)Title:
Legal Services Panel for STW and HD
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
STW and HD wish to award Framework Agreements for the provision of legal services on a panel basis. This excludes legal services for corporate, tax, treasury, insurance litigation, patent and trade mark registration and watching service legal advice.
Lot 2 includes without limitation legal services in the following areas: construction, commercial, procurement law, regulatory, real estate, planning, disputes and litigation, regulatory prosecutions, health and safety, environmental, employment, pensions, competition, data privacy, intellectual property, and renewables.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Extension options of up to 2 years in total. Further details on options for the duration are set out in the procurement documents.
II.2.9)Information about the limits on the number of candidates to be invited
Further details set out in the procurement document.
II.2.10)Information about variants
II.2.11)Information about options
As identified in the procurement documents.
II.2.13)Information about European Union funds
II.2.14)Additional information
— no exclusivity/guarantee of volume,
— if a candidate wishes to bid for either Lot 1 or Lot 2, it must bid both Lots 1 and 2,
— no sub-contracting of services is permitted in this lot,
— MLPL tender process will not be run under UCR. MLPL will require real estate and planning legal services. If a candidate only wishes to bid for MLPL work, it may do so under Lot 2 and ring fence its bid to MLPL work.
II.2.1)Title:
Legal Services Panel for Other Severn Trent Group Companies
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The appointment of a legal services panel for Other Severn Trent Group Companies, which are not waste or water utilities, such as Severn Trent Green Power Ltd. This will include without limitation legal support for renewables subsidy schemes, construction, commercial, planning, environmental and real estate. The services exclude legal services for the following: corporate, tax, treasury, insurance litigation, patent and trade mark registration and watching service. This lot will also exclude data privacy, pensions, employment and competition legal services. The Other Severn Trent Group Companies are not subject to UCR. Lot 3 will not be run in accordance with UCR.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Extension options of up to 2 years in total. Further details and options for duration are set out in the procurement documents.
II.2.9)Information about the limits on the number of candidates to be invited
Further details set out in the procurement document.
II.2.10)Information about variants
II.2.11)Information about options
As identified in the procurement documents.
II.2.13)Information about European Union funds
II.2.14)Additional information
— no exclusivity or guarantee of volume,
— candidates may opt to bid specific work types as part of this lot. MLPL work is not included in Lot 3. Candidates bidding for legal services to support MLPL should refer to Lot 2.
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 stated within the procurement documentation.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.4)Objective rules and criteria for participation
As set out in the procurement documents.
III.1.6)Deposits and guarantees required:
As defined in the procurement documents
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not applicable
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in the procurement documents.
III.2.1)Information about a particular profession
Solicitors regulation authority authorisation to practice.
III.2.2)Contract performance conditions:
As stated within the procurement documents
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
Not applicable
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
— there is no guarantee that a candidate will be invited to tender,
— STW and HD and Other Severn Trent Group Companies are not bound to enter in to a Framework Agreement with any party,
— there is no contractual right (express or implied) which arises from this notice or this process,
— STW and HD, and Other Severn Trent Group Companies may terminate the tender process at any time,
— response to this notice, the submission of a response to the PQQ and any submission of tenders and participation in the tender process is at the candidates own cost and expense,
— no standstill letters will be issued by Other Severn Trent Group Companies.
VI.4.1)Review body
2 St John’s Street
Coventry
CV1 2LZ
United Kingdom
Telephone: +44 7834419627
E-mail: adrean.chavira@severntrent.co.uk
VI.4.3)Review procedure
STW and HD will incorporate a ten (10) calendar day standstill period in accordance with the Utilities Contracts Regulations 2016. The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or who are at risk of harm to take action in the High Court.
VI.5)Date of dispatch of this notice: