Contract notice

Information

Published

Date of dispatch of this notice: 21/10/2020

Expire date: 20/11/2020

External Reference: 2020-582212

TED Reference: 2020/S 207-506340

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

University of Exeter
RC000653
Northcote House
Exeter
EX4 4QH
UK
Contact person: Simon Davis
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=34978&B=EXETER
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Legal Services Framework
Reference number:  UOE/2020/082/SD
II.1.2)

Main CPV code

79100000  -  Legal services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The University of Exeter and its entities are looking to appoint a number of Panel firms across 4 Lots:
1: Property and Estates
2: Employment and Higher Education
3: Commercial/Contractual and Intellectual Property
4: Patent Services
For Lots 1-3, the University intends to appoint two Panel firms to whom work will be allocated at the discretion of Legal Services; for Lot 4, the intention is to appoint four three Panel firms, again, to whom work will be allocated at Legal Services’ discretion. For higher-value work, the University may seek quotations from all firms on the panel for a particular ‘Lot’ to ensure best value. A Panel firm can be appointed to more than one Lot.
II.1.5)

Estimated total value

Value excluding VAT: 1400000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1: Property and Estates
Lot No:  1
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79140000  -  Legal advisory and information services
II.2.4)

Description of the procurement

The Panel firm may be asked to store University Deeds and other title documentation on behalf of the University and all firms should include within their tenders full details of proposed arrangements for storage of and access to such documents, where appropriate to include removal from their current location including any charges that would be made for the provision of this facility. The University will decide which of the two appointed Panel firms would be most appropriate for storage purposes.
The Panel firms would (where necessary) be expected to familiarise themselves with the University’s property portfolio.
Sub areas:
• Estate management
• TVG Issues
• Sales and purchases
• Property related disputes and claims
• Landlord and tenant
• Operational student residences issues
• Construction contracts, appointments and warranties
• Construction procurement
• Construction insolvency and disputes
• Infrastructure
• Planning matters
• Easements and wayleaves
• Procurement
• Insolvency
• State Aid
• Health & Safety
• Projects
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 2: Employment and Higher Education
Lot No:  2
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79140000  -  Legal advisory and information services
II.2.4)

Description of the procurement

The Panel firms would (where necessary) be expected to familiarise themselves with the University’s HR procedures, Charter and Statues and Academic procedures, including disciplinary, complaints and fitness to practise (including requirements of professional bodies such as the GMC). Bidders should include in their tenders details of how this would be undertaken, including any proposed charges for this process.
Sub areas:
• Tribunal work
• Grievance and disciplinary
• TUPE
• Pay disputes
• Other employment issues
• Discrimination (employment related)
• Discrimination (student related)
• Research Misconduct
• Student complaints/disciplinary
• Fitness to Practise
• Charity law inc Trusts
• Regulatory issues (e.g. statutes)
• Defending student claims
• Course related issues
• International student issues
• Work placement/experience activity
• Open Access
• Education collaborative provision
• Health & Safety
• Pensions
• Financial
• Debt recovery
• OFT and DS Regs in relation to student accommodation
• CRA/CMA
• Immigration
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 3: Commercial/Contractual and Intellectual Property
Lot No:  3
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79140000  -  Legal advisory and information services
II.2.4)

Description of the procurement

The University undertakes partnerships and other work with a number of overseas institutions across the globe, and firms should indicate in their tender how any international offices or links they have could benefit the University in the light of the University’s internationalisation strategy.
If successful, the Panel firms would (where necessary) be expected to familiarise themselves with the University’s IP policy, the Research and Impact Strategy and Internationalisation strategies.
Sub areas:
• Joint ventures
• Spin-out company formation and management
• IP protection, management and policy
• IP licensing/assignment
• Student IP
• Partnerships
• Research related contracts
• Clinical Trials
• International contracts
• IT systems contracts
• General commercial contracts
• Projects
• Procurement (inc IT systems)
• Education collaborative provision
• Insolvency
• Funding, mortgages and security
• Corporate Lending and Finance
• CRA/CMA
• State Aid
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 4: Patent Services
Lot No:  4
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79140000  -  Legal advisory and information services
II.2.4)

Description of the procurement

If successful, the Panel firms would be expected to familiarize themselves with the University IP Policy and University Research and Impact Strategy. Bidders should include in their tenders details of how this would be undertaken, including any proposed charges for this process.
Sub areas:
• Filing and prosecution of applications for patent protection in the UK and abroad
• Freedom to operate searches and advice
• Advice related to management and enforcement of patents in the UK and abroad
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.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:  10
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/11/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  20/11/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Court of Justice
London
UK