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 Notice

Wider Public Sector Legal Services

  • First published: 31 May 2018
  • Last modified: 31 May 2018
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
The Cabinet Office
Authority ID:
AA26341
Publication date:
31 May 2018
Deadline date:
15 June 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Regional Legal Services provided across a range of legal specialisms to all Wider Public Sector Customers. Central government customers will be permitted to have the following limited use; Ministerial and Non Ministerial Central Government departments and their Arms Length Bodies and Agencies. ‘Where the value of the fees the Customer anticipates will be incurred is twenty thousand pounds (20 000 GBP) or less per matter’ can access Lot 1 of this panel agreement for the following specialisms only:

— transactional property work (including non-complex conveyancing and work relating to leases and licences),

— employment litigation,

— other litigation.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Minister for The Cabinet Office acting though Crown Commercial Service

9th Floor The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

Address of the buyer profile: https://www.crowncommercialservice.bravosolution.co.uk

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

Wider Public Sector Legal Services

Reference number: RM3788

II.1.2) Main CPV code

79100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Services (“CCS”) is seeking to establish a multi supplier Panel Agreement for the provision of legal services for the Wider Public Sector, with access to limited legal services for Central Government. This Panel Agreement will cover a comprehensive range of commercial legal specialisms, for use by UK Public Sector Customers, including devolved administrations (i.e. England and Wales, Scotland and Northern Ireland).

II.1.5) Estimated total value

Value excluding VAT: 320 000 000.00  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: 4

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Bidders can bid for all lots however they will only be awarded a maximum of 4 lots from combinations of 1+3+4+5 or 2+3+4+5. Bidders must indicate which of the 2 lots is their preferred choice if successful for both lots 1 and 2 as bidders will not be awarded a place on both lots 1 and 2.

II.2) Description

Lot No: 1

II.2.1) Title

Regional Service Provision

II.2.2) Additional CPV code(s)

71242000

71244000

79110000

79111000

79112000

79120000

79130000

79140000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Regional Legal Services provided across a range of legal specialisms to all Wider Public Sector Customers. Central government customers will be permitted to have the following limited use; Ministerial and Non Ministerial Central Government departments and their Arms Length Bodies and Agencies. ‘Where the value of the fees the Customer anticipates will be incurred is twenty thousand pounds (20 000 GBP) or less per matter’ can access Lot 1 of this panel agreement for the following specialisms only:

— transactional property work (including non-complex conveyancing and work relating to leases and licences),

— employment litigation,

— other litigation.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 70 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

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.2.13) 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 lot 1 evaluation process will comprise of 2 stages.

Stage 1 — Price evaluation — the top 80 ranked bidders will proceed to Stage 2.

Stage 2 — Quality Evaluation — Bidders that have proceeded to the quality evaluation following the price evaluation who achieve or exceed the minimum quality mark will be awarded a Panel Agreement.

Lot No: 2

II.2.1) Title

Full Service Firms

II.2.2) Additional CPV code(s)

71242000

71244000

79110000

79111000

79112000

79120000

79130000

79140000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Full Service Firms Legal Services provided to Wider Public Sector Customers. Suppliers on the Lot are required to provide all of the seventeen (17) listed Mandatory Legal Services Specialisms across the whole of a jurisdictional area (England and Wales, Scotland and/or Northern Ireland). Suppliers can also offer any or all of the eighteen (18) listed Optional Legal Specialisms.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Cost criterion: Price / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 130 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

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.2.13) 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

We reserve the right to award a panel agreement to any bidder whose final score is within 1 % of the last position for Lots 2a, 2b and 2c. If the bidder in last position has a final score of 80.00 the calculation we will use is: final score 80.00. 1 % of 80.00 = 0.80. 80.00 - 0.80 = 79.20. So any bidder whose final score is 79.20 or above will be awarded a place on the Panel Agreement.

Lot No: 3

II.2.1) Title

Property and Construction

II.2.2) Additional CPV code(s)

71242000

71244000

79110000

79111000

79112000

79120000

79130000

79140000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Property and Construction Legal Services provided to Wider Public Sector Customers, with full UK National Coverage. Suppliers on this Lot are required to provide all of the listed Mandatory Specialisms.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Cost criterion: Price / Weighting: 20

II.2.6) Estimated value

Value excluding VAT: 40 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

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.2.13) 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

We reserve the right to award a panel agreement to any bidder whose final score is within 1 % of the last position for Lot 3. If the bidder in last position has a final score of 80.00 the calculation we will use is: final score 80.00. 1 % of 80.00 = 0.80. 80.00 - 0.80 = 79.20. So any bidder whose final score is 79.20 or above will be awarded a place on the Panel Agreement.

Lot No: 4

II.2.1) Title

Transport Rail

II.2.2) Additional CPV code(s)

71242000

71244000

79110000

79111000

79112000

79120000

79130000

79140000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Transport Rail Legal Services provided to Wider Public Sector Customers, with full UK National Coverage. Suppliers on this Lot are required to provide all of the listed Mandatory Specialisms.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Cost criterion: Price / Weighting: 20

II.2.6) Estimated value

Value excluding VAT: 32 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

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.2.13) 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

We reserve the right to award a panel agreement to any bidder whose final score is within 1 % of the last position for Lot 4. If the bidder in last position has a final score of 80.00 the calculation we will use is: final score 80.00. 1 % of 80.00 = 0.80. 80.00 - 0.80 = 79.20. So any bidder whose final score is 79.20 or above will be awarded a place on the Panel Agreement.

Lot No: 5

II.2.1) Title

Costs Lawyer Services

II.2.2) Additional CPV code(s)

71242000

71244000

79110000

79111000

79112000

79120000

79130000

79140000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Costs Lawyer Services provided to Wider Public Sector Customers and Central Government Departments and their Arms Length Bodies and Agencies. Suppliers on this Lot are required to provide all of the listed Mandatory Specialisms.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Cost criterion: Price / Weighting: 20

II.2.6) Estimated value

Value excluding VAT: 48 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

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.2.13) 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

We reserve the right to award a panel agreement to any bidder whose final score is within 1 % of the last position for Lot 5. If the bidder in last position has a final score of 80.00 the calculation we will use is: final score 80.00. 1 % of 80.00 = 0.80. 80.00 - 0.80 = 79.20. So any bidder whose final score is 79.20 or above will be awarded a place on the Panel 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 2015 Public Contract Regulations (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.

Envisaged maximum number of participants to the framework agreement: 144

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:

2017/S 201-413612

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 15/06/2018

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: 15/06/2018

Local time: 15:01

Place:

Electronically, via web based portal.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

In the event that there is a substantive challenge to the procurement, and such a challenge is confined to a single lot, CCS reserves the right to the extent that it is lawful to do so to conclude a Panel Agreement with the successful bidders in respect of the lot(s) that have not been challenged.

The value provided in Section II.1.5 is only an estimate. We cannot guarantee to suppliers any business through this Panel Agreement.

As part of this Contract Notice the following documents can be.

Accessed at https://www.contractsfinder.service.gov.uk/Notice/Start/da3fb3f2-5cfa-405c-9a7b-449f3027e48c.

1) Contract Notice Transparency Information for the Agreement

2) Contract Notice Authorised Customer List

3) Rights Reserved for CCS Framework

4) Lot Structure and Number of Awards (if applicable)

Registering for access:

This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route.

For sharing all information and communicating with bidders. If you have recently registered on.

The BravoSolution portal 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.

To register, you will need to:

1) Go to the URL: https://crowncommercialservice.bravosolution.co.uk.

2) Select the link "I am a new supplier user".

3) Read and agree to the portal user agreement.

4) Complete the registration form, providing information including:

— The full legal name of your organisation,

— Your company registration number,

— Your DUNS number — a unique nine-digit number provided to organisations free of charge by Dun.

&Bradstreet.

— User and contact details.

Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in.

This specific procurement. Your registered user will receive a notification email to alert them once this has.

Been done.

Note: If you require additional users from your organisation to see the Invitation to Tender ITT, DO NOT.

Repeat the above process as this will create a new separate organisation account; instead the registered user.

Can add additional users to the existing supplier organisation account via "User Management" > Manage.

Users" > "Users" > "Create".

Expressing an interest:

To express your interest in this procurement:

1) Login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk

2) On the dashboard select the link ITTs Open to All Suppliers.

3) On the "ITTs Open to All Suppliers" webpage you will see one or more procurements listed, click on the

Procurement name you wish to access.

4) Click on Express Interest at the top of the next screen.

5) You can now access the published documents in the BravoSolution portal.

For assistance please contact the eSourcing Help-desk operated by BravoSolution by email at.

help@bravosolution.co.uk or call 0800 069 8630.

VI.4) Procedures for review

VI.4.1) Review body

The Minister of the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital Building, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

VI.5) Date of dispatch of this notice

22/05/2018

Coding

Commodity categories

ID Title Parent category
71244000 Calculation of costs, monitoring of costs Architectural, engineering and planning services
79140000 Legal advisory and information services Legal services
79110000 Legal advisory and representation services Legal services
79111000 Legal advisory services Legal advisory and representation services
79130000 Legal documentation and certification services Legal services
79112000 Legal representation services Legal advisory and representation services
79100000 Legal services Business services: law, marketing, consulting, recruitment, printing and security
79120000 Patent and copyright consultancy services Legal services
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services

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.