Service Complaints Adjudicator

Complete

Value

£40,000

Classifications

  • Business services: law, marketing, consulting, recruitment, printing and security

Tags

  • tender

Submission Deadline

8 months ago

Published

9 months ago

Description

The Legal Ombudsman for England and Wales was set up by the OLC under the Legal Services Act 2007. The OLC is the statutory body responsible for establishing and administering the Legal Ombudsman scheme. 

Our Scheme Rules are approved by the Legal Services Board and the Lord Chancellor as required by the Legal Services Act 2007. The rules set out the framework for how the Legal Ombudsman resolves complaints about legal services, and can be downloaded here. 


The Service Complaints Adjudicator (SCA) role sits within our service complaints process. They provide a final opportunity for customers to escalate their unresolved concerns about our customer service to an independent person. The adjudicator will consider whether the Legal Ombudsman has appropriately addressed the concerns, and if appropriate to do so, they will make recommendations for improvement.

Appointed by the OLC Board, the adjudicator acts as a point of insight and assurance to the board and stakeholders. Reporting to the board twice a year, the adjudicator will also provide an annual report that is incorporated into the OLC and Chief Ombudsman Statutory Annual Report.

The number of service complaints that escalate to the SCA each year can vary, but it is usually between 15 to 20. This is often 1 or 2 cases per month, but the work can be more sporadic and there may be months with no referrals at all.

The time spent dealing with each case will vary depending on both the number of concerns raised and the complexity of those concerns. The SCA will be expected to read the Legal Ombudsman's final response to the complaint and the customer's representations in response. In making their decision and any recommendation, the SCA will also have full access to our guidance and policy documents; along with all records and call recordings relating to the customer's concerns. Allowing for reading and review; communication with our service complaints team or customer (if required); and writing their report, we would not expect an individual case to take more than 10 hours of the adjudicator's time. The average case time is expected to be 6 hours.

The contract will commence on 1 April 2025 for a two-year period initially, with the option to extend for 2 periods of 1 year a time (a 2 +1 +1 contract).

The current value of the contract is £20k pa. Your quote should include VAT and will be payable 1/4ly in arrears.

The ITT pack is added as an attachment or is available from [email protected]

Key Dates are:

Procurement Activities	Date
Publication of Invitation for Tender	24 January 2025
Deadline for receipt of questions	31 January 2025
Deadline for responding to questions	5 February 2025
Deadline for receipt of tenders	5pm 13 February 2025
Shortlisting	21 February 2025
Interview shortlisted bidders	5 March 2025 
Contract awarded	w/c 10 March
Contract commencement	1 April 2025
Induction and training	1-4 April 2025

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Neutral Vendor Managed Service Framework for Technical and Professional Services (NEUTAPS)

The Neutral Vendor Managed Service Contractor will provide an end-to-end managed service for the provision of technical and professional services from a wide range of categories. Cardiff Council currently manage the collaborative SEWTAPS Framework, which covers a range of construction consultancy disciplines. Lot 11 of this framework has been successfully used for a Neutral Vendor solution to deliver Professional Services that go beyond the core construction consultancy services. Following the successes of this lot, the requirements are being separated and a new framework will be established. The sole Contractor will allow access to a wide range of technical and professional services through their pre-vetted supply chain, across a variety of markets. The Neutral Vendor requires specialist knowledge and expertise to provide Contracting Authorities a streamlined route to market, making it more efficient and achieve best value for money. This framework will not include recruitment or agency staff. Key to the success of the framework is the option of a flexible approach for Contracting Authorities, encouraging early consultant involvement, focusing on developing client / contractor relationships that improve value for money through a reduction in: time to market and duplication of processes, development of common standards and the sharing of best practice that seeks to drive innovation. The Neutral Vendor lot under the SEWTAPS Framework is used extensively by over 30 different organisations in the public sector throughout the UK, including Local Councils, Universities and Central Government Authorities. The framework will be available to a wide range of potential customers. For further details please see schedule 1 ‘potential customers’ of the Framework Agreement. The Contractor will need to demonstrate capability and capacity to meet these requirements. Please refer to the full procurement documents for further information.

Katy Reed

Published 1 day ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Procurement Manager

[email protected]

0300 555 0333

Timeline complete