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