Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.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, has established a framework 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 was conducted under the Light Touch Regime (‘LTR’) and is therefore subject to limited regulation. It was 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 comprises 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 cover the Legal Practices/Areas listed in Section II.2.4
The Framework has been established for 48 months
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
200 000 000.00
GBP
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 has been awarded to 23 bidders for Lot 1a, 11 bidders for Lot 1b and 9 bidders for Lot 1c. For Lot 1a the maximum number of bidders increased as 1 bidders final score was within 1% of the last position.
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
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 has been awarded to 45 bidders for Lot 2a, 15 bidders for Lot 2b and 13 bidders for Lot 2c.
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
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 has been awarded to 10 bidders for Lot 3.
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
It is a legal requirement for all suppliers to possess a particular authorisation (e.gSolicitor Regulation Authority/Law Society) or equivalent, or be a member of a particular organisation, to provide the requirements specified in this procurement.
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:
2022/S 000-006101
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
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
06/09/2022
V.2.2) Information about tenders
Number of tenders received: 64
Number of tenders received from SMEs: 15
Number of tenders received by electronic means: 64
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
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:
: 200 000 000.00
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/6bb62e70-7b53-4a1f-ac15-d9958a44a33d
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 3450103503
E-mail: supplier@crowncommercial.gov.uk
VI.4.2) Body responsible for mediation procedures
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
VI.5) Date of dispatch of this notice
06/10/2022