Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Crown Commercial Service
The Capital Building, 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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
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
Public Sector Legal Services
Reference number: RM6240
II.1.2) Main CPV code
79100000
II.1.3) Type of contract
Services
II.1.4) Short description
Crown Commercial Service, as the Authority, intends put in place an agreement for the provision of Public Sector Legal Services for use primarily by the Wider Public Sector, but available to all approved UK public sector bodies and their associated bodies including, Devolved Administrations — Scotland, Wales and Northern Ireland, the Wider Public Sector including Health and Education bodies, Local and Regional Government organisations, Emergency Services and Third Sector organisations.
This procurement is being conducted under the Light Touch Regime (‘LTR’) and is therefore subject to limited regulation. It will be conducted in accordance with regulations 74 to 76 of PCR 2015, and relates to the legal services which are listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) 2015 as a specific service.
The Framework will comprise of the following Lots:
Lot 1a - Full Service Provision - England and Wales
Lot 1b - Full Service Provision - Scotland
Lot 1c - Full Service Provision - Northern Ireland
Lot 2a - General Service Provision - England and Wales
Lot 2b – General Service Provision – Scotland
Lot 2c – General Service Provision – Northern Ireland
Lot 3 - Full Service - Transport/Rail
The scope of services will cover the Legal Practices/Areas listed in Section II.2.4
The Framework will be established for 48 months
II.1.5) Estimated total value
Value excluding VAT:
200 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 7
II.2) Description
Lot No: 1
II.2.1) Title
Full Service Provision
II.2.2) Additional CPV code(s)
79100000
79110000
79111000
79112000
79130000
79140000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lots 1a, 1b and 1c (Full Service Provision).
Suppliers will deliver all of the mandatory requirements as detailed in Framework Schedule 1 (Specification) of this Framework Contract including the sixteen (16) Mandatory Legal Specialisms that specifically relate to lot 1:
Administrative and Public Law
Non-Complex Finance and Investment
Contracts
Competition Law
Corporate Law Data
Protection and Information Law
Employment
Information Technology
Infrastructure
Intellectual Property
Litigation and Dispute Resolution
Partnerships
Pensions
Public Procurement
Property, Real Estate and Construction
Energy, Natural Resources and Climate Change
The jurisdictional area applicable:
Lot 1a - England and Wales
Lot 1b - Scotland
Lot 1c - Northern Ireland
There are also 24 Optional Legal Specialisms Suppliers may provide, if qualified to do so, as detailed in Framework Schedule 1(Specification)
A Framework Contract will be awarded to a maximum of 22 bidders for Lot 1a, 18 bidders for Lot 1b and 15 bidders for Lot 1c. For all lots, the maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Quality criterion: Price
/ Weighting: 30
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
90 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
It is a legal requirement for all suppliers to possess a particular authorisation (e.g Solicitor Regulation Authority/Law Society) or equivalent, or be a member of a particular organisation, to provide the requirements specified in this procurement.
Lot No: 2
II.2.1) Title
General Service Provision
II.2.2) Additional CPV code(s)
79100000
79110000
79111000
79112000
79130000
79140000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lots 2a, 2b and 2c (General Service Provision). Suppliers will deliver all of the mandatory services as detailed in Framework Schedule 1 (Specification) of this Framework Contract including a minimum of one (1) of the fifteen (15) Elective Legal Specialisms as follows:
Property and Construction
Social Housing
Child Law
Court of Protection
Education
Debt Recovery
Planning and Environment
Licensing
Pensions
Litigation / Dispute Resolution
Intellectual Property
Employment
Healthcare
Primary Care
Mental Health law
The jurisdictional area applicable are:
Lot 2a - England and Wales
Lot 2b - Scotland
Lot 2c - Northern Ireland
A framework contract will be awarded to a maximum of 70 bidders for Lot 2a, 30 bidders for Lot 2b and 25 bidders for Lot 2c. For all Lots, the maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the Lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Quality criterion: Price
/ Weighting: 30
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
90 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
It is a legal requirement for all suppliers to possess a particular authorisation (e.g Solicitor Regulation Authority/Law Society) or equivalent, or be a member of a particular organisation, to provide the requirements specified in this procurement.
Lot No: 3
II.2.1) Title
Full Service: Transport/Rail
II.2.2) Additional CPV code(s)
79100000
79110000
79111000
79112000
79130000
79140000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 3 (Transport and Rail Legal Services) Suppliers will deliver all the mandatory requirements as detailed in Framework Schedule 1 (Specification) of this Framework Contract including the single Mandatory Legal Specialism as follows:
Transport (Rail) –
All aspects of transport and rail law, including but not limited to:
Rail transport law;
Rolling stock;
Planning and authorisation (Rail)
Projects and infrastructure (Rail)
The Suppliers shall provide National Coverage to Buyers in all jurisdictional areas within the United Kingdom, including England & Wales, Scotland and Northern Ireland
A framework contract will be awarded to a maximum of 10 bidders for Lot 3. The maximum number of bidders may increase where 2 or more bidders have tied scores in last position. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of this lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Quality criterion: Price
/ Weighting: 20
Price
/ Weighting:
20
II.2.6) Estimated value
Value excluding VAT:
20 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
It is a legal requirement for all suppliers to possess a particular authorisation (e.g Solicitor Regulation Authority/Law Society) or equivalent, or be a member of a particular organisation, to provide the requirements specified in this procurement.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access. Supplier Personnel hold a current Practicing Certificate or are otherwise registered in compliance with the Solicitors Regulation Authority (SRA) Handbook or Bar Standards Board Handbook, or equivalent in the Supplier’s jurisdiction as amended from time to time.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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 with several operators.
IV.1.6) Information about electronic auction
An electronic auction will be used
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:
2021/S 000-010768
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/03/2022
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
28/03/2022
Local time: 15:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/c7013064-114d-4f85-9fe1-561267aa36c1
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list can be viewed within the Attachments section of Contracts Finder
3) Rights reserved for CCS framework.
Cyber Essentials Plus 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 Plus 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials Plus, for services under and in connection with this procurement.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
Additional Information
In this section 11, “Procurement Regulations” means each of:
a) the Public Contracts Regulations 2015 (SI 2015/102);
b) the Concession Contracts Regulations 2016 (SI 2016/273);
c) the Utilities Contracts Regulations 2016 (SI 2016/274);
d) the Defence and Security Public Contracts Regulations 2011 (SI 2011/1848);
e) the Remedies Directive (2007/66/EC);
f) Directive 2014/23/EU of the European Parliament and Council;
g) Directive 2014/24/EU of the European Parliament and Council;
h) Directive 2014/25/EU of the European Parliament and Council; and
i) Directive 2009/81/EC of the European Parliament and Council.
Some purchases under this Framework may have requirements that can be met under this Framework but the purchase of which may be exempt from the Procurement Regulations. In such cases, Call-Offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-Off Contracts to reflect that buyer’s specific needs.
The Supplier will pay a Management Charge, as defined in the Framework Award Form.
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.
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
03/03/2022