Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
PBZB-4962-TVLR
The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
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
Legal Panel for Government (LPG)
Reference number: RM6360
II.1.2) Main CPV code
79100000
II.1.3) Type of contract
Services
II.1.4) Short description
Crown Commercial Service (CCS) as the Authority has put in place a Framework Agreement for the provision of Legal Services to be utilised by Central Government Departments including associated Arm's Length Bodies (ALBs). It is intended that this Commercial Agreement will be the recommended vehicle for all Legal Services required by Central Government Departments and their ALBs.
The Framework Agreement has awarded Lots 1, 2, 3, 4 and 5 as outlined below:
Lot 1 - Core Legal Services,
Lot 2 - Major Projects and Complex Advice
Lot 3 - Finance and High Risk / Innovation
Lot 4a - Trade and Investment Negotiations
Lot 4b - International Trade Disputes
Lot 4c - International Investment Disputes
Lot 5 - Rail Legal Services
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
820 000 000.00
GBP
II.2) Description
Lot No: 4a
II.2.1) Title
Trade and Investment Negotiations
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 4a covers legal advice on negotiating and implementing trade and investment agreements, ensuring compliance with international law, including WTO regulations, free trade agreements, international treaties, and EU law. Work includes drafting UK treaty text, supporting negotiations, analysing UK obligations, and providing treaty-related legal guidance on trade and investment.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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.2.14) Additional information
6 Suppliers were awarded a place for this Lot.
Lot No: 4b
II.2.1) Title
International Trade Disputes
II.2.2) Additional CPV code(s)
79100000
98910000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 4b provides legal advice and support for international trade disputes, representing the UK government in both offensive and defensive cases. It covers all stages of dispute resolution, WTO procedural rules, litigation strategy, and substantive legal issues, drawing on extensive experience in WTO and free trade agreement litigation. It also includes guidance on trade remedies and related investigations.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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.2.14) Additional information
6 Suppliers were awarded a place for this Lot.
Lot No: 4c
II.2.1) Title
International Investment Disputes
II.2.2) Additional CPV code(s)
79100000
98910000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 4c provides legal advice and support for treaty-based international investment disputes, representing the UK government in investor-State and inter-State proceedings. It covers all stages of dispute resolution, including written and oral advocacy, risk assessment for policy development, and managing disputes under the UK's investment treaties. This work spans
diverse economic sectors and technical areas, often involving high-sensitivity or public interest matters.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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.2.14) Additional information
8 Suppliers were awarded a place for this Lot.
Lot No: 1
II.2.1) Title
Core Legal 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
Lot 1 requires a full-service capability across a wide range of mandatory legal specialisms to meet the government's core legal service demands. It is designed to support buyers by providing general legal advice necessary for project delivery and addressing various legal issues.
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
II.2.14) Additional information
12 Suppliers were awarded a place for this Lot.
Lot No: 2
II.2.1) Title
Major Projects and Complex Advice
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 2 covers Major Projects and Complex Advice, requiring suppliers to manage high-risk, innovative initiatives with multiple priorities across a wide range of mandatory legal specialisms, including Litigation. Suppliers must navigate evolving project lifecycles,
proactively addressing risks and advising on new or existing policies where established solutions may not yet exist.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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.2.14) Additional information
10 Suppliers were awarded a place for this Lot.
Lot No: 3
II.2.1) Title
Finance and High Risk / Innovation
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 3 covers the highest-risk and most complex legal matters across a wide range of mandatory legal specialisms, including groundbreaking projects, major regulatory challenges, large-scale infrastructure programs, and high-value litigation. It also
encompasses intricate finance and capital markets work, such as international capital markets, asset finance, restructuring, and insolvency.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 90
Price
/ Weighting:
10
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.2.14) Additional information
7 Suppliers were awarded a place for this Lot.
Lot No: 5
II.2.1) Title
Rail Legal 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
Lot 5 provides specialist legal services for the rail industry, requiring in-depth knowledge of its regulatory framework. It recognises the unique nature of rail law and its critical role in supporting national transport objectives.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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.2.14) Additional information
8 Suppliers were awarded a place for this Lot.
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:
2025/S 000-005959
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
30/09/2025
V.2.2) Information about tenders
Number of tenders received: 41
Number of tenders received by electronic means: 41
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
Liverpool
L3 9PP
UK
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 820 000 000.00
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/d224702b-00c3-4e8a-839e-407d1fecb4de
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.
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 3454102222
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: https://www.crowncommercial.gov.uk/
VI.5) Date of dispatch of this notice
11/12/2025