Future opportunity

Costs Lawyer Services 2

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F01: Prior information notice (prior information only)

Notice reference: 2022/S 000-001653

Published 19 January 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Costs Lawyer Services 2

Reference number

RM6284

two.1.2) Main CPV code

  • 79100000 - Legal services

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of Costs Lawyer Services for use by Central Government and UK public sector bodies, which will replace RM6137

Suppliers on this framework will be expected to provide an extensive range of mandatory law cost specialisms

The lot structure of this framework will be determined as a result of the market engagement.

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs
  • 79110000 - Legal advisory and representation services
  • 79111000 - Legal advisory services
  • 79112000 - Legal representation services
  • 79120000 - Patent and copyright consultancy services
  • 79130000 - Legal documentation and certification services
  • 79140000 - Legal advisory and information services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Crown Commercial Service is seeking to establish a simple and compliant multi supplier Framework Agreement for the provision of Costs Lawyer Services for Central Government departments and the UK Public Sector

Costs Lawyers are experts in the area of legal costs law and practice, A Costs Lawyer is a qualified and regulated legal costs expert who will either be instructed before, after or during a court case to assist with routine costs litigation work for both the paying and receiving parties ‘so costs payable between the parties’ covering the likes of Costs law advice, budgeting, consultancy and negotiation

Services to include;

Costs consultancy and negotiation

Cost estimates and statement of costs

Advocacy and/or attending hearings

Instructing counsel

Providing advice

Preparing costs budgets, bills of costs, points of dispute, replies and court forms

two.3) Estimated date of publication of contract notice

30 November 2022


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

Crown Commercial Service intends to hold market engagement sessions during the spring time 2022, with industry experts and firms who are interested in bidding.

If you would like to attend a market engagement session please express your interest by emailing supplier@crowncommercial.gov.uk no later than midday on Friday 11th February 2022

Please include RM6284 expression of interest as your email subject heading, along with the following details:

1. Organisation name

2. Contact name

3. Job title of contact (including responsibility within your organisation)

4. Contact phone number

5. Contact email

6. Organisation website link

Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction.

The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk

A Future Opportunity on contract finder can be found here:https://www.contractsfinder.service.gov.uk/Notice/6ea4f51a-bf43-4e59-b0f4-42462250f898

Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

The value in II.1.5 is an indicative value over 6 years (assuming a 4-year term with call-off contracts running for a further 2 years after expiry)

The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming

for updates and monitor Tenders Electronic Daily (TED) for the publication of the contract notice.

The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further 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 properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.

To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials Plus certified for the services under and in connection with the procurement.

The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Plus Scheme for services under and in connection with this procurement.

The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE

Bidders will be required to implement their solution in accordance with the RM6284 Schedule, ‘Security Requirement and Plan’, to meet RM6284 requirements. This will be released at the ITT stage.

We also intend to require the following ISO standards as part of this procurement, detailed here for information:

— ISO 9001 Quality management systems or equivalent,

— ISO/IEC 27001 Information security management systems or equivalent,

— ISO/IEC 27002:2013 Information technology – security techniques – code of practice for information security controls,

— ISO/IEC 27031 Information technology – security techniques – guidelines for information and communication technology readiness for business continuity or equivalent,

— ISO/IEC 22301:2019 Business continuity management or equivalent, and

— ISO/IEC 22313 Societal security – business continuity management systems – guidance or equivalent.