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

Legal Panel for Government (LPG)

  • First published: 12 December 2025
  • Last modified: 12 December 2025
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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-043cb5
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
12 December 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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

Coding

Commodity categories

ID Title Parent category
79100000 Legal services Business services: law, marketing, consulting, recruitment, printing and security
98910000 Services specific to international organisations and bodies Services provided by extra-territorial organisations and bodies

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.