Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
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.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
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 intends to 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 will have 7 Lots:
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.1.5) Estimated total value
Value excluding VAT:
820 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: Lot 1
II.2.1) Title
Core Legal Services
II.2.2) Additional CPV code(s)
79100000
79110000
79111000
79112000
79130000
79140000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Not Mandatory
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
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
275 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The initial duration of the Framework is 3 years, with an option to extend for 1 year
CCS reserve the right to extend lots by varying durations
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.2.13) 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
The number of places on the Framework Agreement for this Lot is 10.
The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
Lot No: Lot 2
II.2.1) Title
Major Projects and Complex Advice
II.2.2) Additional CPV code(s)
79100000
79110000
79111000
79112000
79130000
79140000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Not Mandatory
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
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
II.2.6) Estimated value
Value excluding VAT:
200 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The initial duration of the Framework is 3 years, with an option to extend for 1 year
CCS reserve the right to extend lots by varying durations
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.2.13) 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
The number of places on the Framework Agreement for this Lot is 8.
The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
Lot No: Lot 3
II.2.1) Title
Finance and High Risk / Innovation
II.2.2) Additional CPV code(s)
79100000
79110000
79111000
79112000
79130000
79140000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Not Mandatory
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
Criteria below:
Quality criterion: Quality
/ Weighting: 90
Price
/ Weighting:
10
II.2.6) Estimated value
Value excluding VAT:
100 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The initial duration of the Framework is 3 years, with an option to extend for 1 year
CCS reserve the right to extend lots by varying durations
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.2.13) 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
The number of places on the Framework Agreement for this Lot is 6.
The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
Lot No: Lot 4a
II.2.1) Title
Trade and Investment Negotiations
II.2.2) Additional CPV code(s)
79100000
79110000
79111000
79112000
79130000
79140000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Not Mandatory
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
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
II.2.6) Estimated value
Value excluding VAT:
30 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The initial duration of the Framework is 3 years, with an option to extend for 1 year
CCS reserve the right to extend lots by varying durations
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.2.13) 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
The number of places on the Framework Agreement for this Lot is 6.
The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
Lot No: Lot 4b
II.2.1) Title
International Trade Disputes
II.2.2) Additional CPV code(s)
79100000
79110000
79111000
79112000
79130000
79140000
98910000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Not Mandatory
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
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
II.2.6) Estimated value
Value excluding VAT:
50 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The initial duration of the Framework is 3 years, with an option to extend for 1 year
CCS reserve the right to extend lots by varying durations
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.2.13) 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
The number of places on the Framework Agreement for this Lot is 6.
The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
Lot No: Lot 4c
II.2.1) Title
International Investment Disputes
II.2.2) Additional CPV code(s)
79100000
79110000
79111000
79112000
79130000
79140000
98910000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Not Mandatory
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
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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: Yes
Description of renewals:
The initial duration of the Framework is 3 years, with an option to extend for 1 year
CCS reserve the right to extend lots by varying durations
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.2.13) 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
The number of places on the Framework Agreement for this Lot is 9.
The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
Lot No: Lot 5
II.2.1) Title
Rail Legal Services
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 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
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
II.2.6) Estimated value
Value excluding VAT:
75 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The initial duration of the Framework is 3 years, with an option to extend for 1 year
CCS reserve the right to extend lots by varying durations
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.2.13) 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
The number of places on the Framework Agreement for this Lot is 8.
The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
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 Public Contract Regulations 2015 (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.
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.1.8) 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:
2024/S 000-006040
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
01/04/2025
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
Tender must be valid until:
26/11/2025
IV.2.7) Conditions for opening of tenders
Date:
01/04/2025
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/4ed350b9-9bbc-49b0-bd18-d2e93b9e6262
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that the Government collects, stores, processes, generates or shares to deliver services and conduct business.
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or providing certain ICT products/services. The 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 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.
Some purchases under this Framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). 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.
In each Lot, CCS reserves the right to award a framework contract to any bidder whose final score is within 1% of the last awarded position.
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 the Public Contract Regulations 2015, and relates to the legal services which are listed in Schedule 3 of the Public Contracts Regulations 2015 as a specific service.
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 3454102222
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: https://www.crowncommercial.gov.uk/
VI.5) Date of dispatch of this notice
19/02/2025