Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

e-Disclosure and Review Services

  • First published: 07 April 2023
  • Last modified: 07 April 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0375f9
Published by:
Crown Commercial Service
Authority ID:
AA25880
Publication date:
07 April 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Crown Commercial Service are designing this agreement to enable all central government, public and third sector organisations to easily access eDisclosure and associated services, including reviewers. The services required are based upon the Electronic Discovery Reference Model (EDRM) and requirements of part 31 of the Civil Procedure Rules (CPR).

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3150103503

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

e-Disclosure and Review Services

Reference number: RM6336

II.1.2) Main CPV code

72300000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service (CCS) as the Authority has put in place a Pan Government Collaborative Agreement for the provision of e-Disclosure and Review Services to be utilised by Central Government Departments and all other UK Public Sector Bodies. This commercial agreement will be the recommended vehicle for all e-Disclosure and Review Services required by UK Central Government Departments.

Lot Structure is as follows:

Lot 1: Simple Low Volume Work

Lot 2: End to End Service (up to Official/Official Sensitive)

Lot 3: Document Review Services

Lot 4: End to End Service (Secret/Top Secret)

Further information is included in the Additional Information section VI.3.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 50 000 000.00  GBP

II.2) Description

Lot No: Lot 1

II.2.1) Title

Simple Low Volume Work

II.2.2) Additional CPV code(s)

72300000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Crown Commercial Service are designing this agreement to enable all central government, public and third sector organisations to easily access eDisclosure and associated services, including reviewers. The services required are based upon the Electronic Discovery Reference Model (EDRM) and requirements of part 31 of the Civil Procedure Rules (CPR).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30

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

Lot No: 2

II.2.1) Title

End to End Service

II.2.2) Additional CPV code(s)

72300000

79100000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Crown Commercial Service have designed this agreement to enable all central government, public and third sector organisations to easily access eDisclosure and associated services, including reviewers. The services required are based upon the Electronic Discovery Reference Model (EDRM) and requirements of part 31 of the Civil Procedure Rules (CPR).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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

Lot No: 3

II.2.1) Title

Document Review Services

II.2.2) Additional CPV code(s)

79100000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Crown Commercial Service have designed this agreement to enable all central government, public and third sector organisations to easily access eDisclosure and associated services, including reviewers. The services required are based upon the Electronic Discovery Reference Model (EDRM) and requirements of part 31 of the Civil Procedure Rules (CPR).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30

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

Lot No: 4

II.2.1) Title

End to End Service (Secret/Top Secret)

II.2.2) Additional CPV code(s)

79100000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Crown Commercial Service have designed this agreement to enable all central government, public and third sector organisations to easily access eDisclosure and associated services, including reviewers. The services required are based upon the Electronic Discovery Reference Model (EDRM) and requirements of part 31 of the Civil Procedure Rules (CPR).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30

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 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

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-003466

Section V: Award of contract

Lot No: 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

07/03/2023

V.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street. L3 9PP

Liverpool

L3 9PP

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 50 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/11ae8a38-4fca-463d-aa5f-d11e58376243

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. For Lot 1, 6 suppliers were awarded a place as opposed to the number of 6 as was originally stated in the Contract Notice that was published on 21/11/2022. For Lot 2, 12 suppliers were awarded a place as oppsed to the number of 12 as was originally stated in the Contract Notice that was published on 21/11/2022. For Lot 3, 9 suppliers were awarded a place as opposed to the number of 10 as was originally stated in the Contract Notice that was published on 21/11/2022. For Lot 4, 6 suppliers were awarded a place as opposed to the number of 6 as was originally stated in the Contract Notice that was published on 21/11/2022.

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: https://www.crowncommercial.gov.uk/

VI.5) Date of dispatch of this notice

06/04/2023

Coding

Commodity categories

ID Title Parent category
72300000 Data services IT services: consulting, software development, Internet and support
79100000 Legal services Business services: law, marketing, consulting, recruitment, printing and security

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.