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 Award Notice

Public Sector Legal Services

  • First published: 07 October 2022
  • Last modified: 07 October 2022

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)

Contents

Summary

OCID:
ocds-h6vhtk-02b181
Published by:
Crown Commercial Service
Authority ID:
AA25880
Publication date:
07 October 2022
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
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

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.