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