Opportunity

Public Sector Legal Services

  • Crown Commercial Service

F02: Contract notice

Notice reference: 2022/S 000-005933

Published 3 March 2022, 10:45pm



The closing date and time has been changed to:

1 April 2022, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Crown Commercial Service

The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

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

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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk

Tenders or requests to participate must be submitted to 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

Public Sector Legal Services

Reference number

RM6240

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 put in place an 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 is being conducted under the Light Touch Regime (‘LTR’) and is therefore subject to limited regulation. It will be 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 will comprise 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 will cover the Legal Practices/Areas listed in Section II.2.4

The Framework will be established for 48 months

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

two.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: 7

two.2) Description

two.2.1) Title

Full Service Provision

Lot No

1

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services
  • 79110000 - Legal advisory and representation services
  • 79111000 - Legal advisory services
  • 79112000 - Legal representation 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

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 will be awarded to a maximum of 22 bidders for Lot 1a, 18 bidders for Lot 1b and 15 bidders for Lot 1c. For all lots, the maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Quality criterion - Name: Price / Weighting: 30

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £90,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.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.

two.2) Description

two.2.1) Title

General Service Provision

Lot No

2

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services
  • 79110000 - Legal advisory and representation services
  • 79111000 - Legal advisory services
  • 79112000 - Legal representation 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

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 will be awarded to a maximum of 70 bidders for Lot 2a, 30 bidders for Lot 2b and 25 bidders for Lot 2c. For all Lots, the maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the Lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Quality criterion - Name: Price / Weighting: 30

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £90,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.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.

two.2) Description

two.2.1) Title

Full Service: Transport/Rail

Lot No

3

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services
  • 79110000 - Legal advisory and representation services
  • 79111000 - Legal advisory services
  • 79112000 - Legal representation 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

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 will be awarded to a maximum of 10 bidders for Lot 3. The maximum number of bidders may increase where 2 or more bidders have tied scores in last position. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of this lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Quality criterion - Name: Price / Weighting: 20

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £20,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.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.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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. Supplier Personnel hold a current Practicing Certificate or are otherwise registered in compliance with the Solicitors Regulation Authority (SRA) Handbook or Bar Standards Board Handbook, or equivalent in the Supplier’s jurisdiction as amended from time to time.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.6) Information about electronic auction

An electronic auction will be used

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-010768

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

Originally published as:

Date

28 March 2022

Local time

3:00pm

Changed to:

Date

1 April 2022

Local time

3:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

28 March 2022

Local time

3:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/c7013064-114d-4f85-9fe1-561267aa36c1

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list can be viewed within the Attachments section of Contracts Finder

3) Rights reserved for CCS framework.

Cyber Essentials Plus 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 Plus 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials Plus, for services under and in connection with this procurement.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Additional Information

In this section 11, “Procurement Regulations” means each of:

a) the Public Contracts Regulations 2015 (SI 2015/102);

b) the Concession Contracts Regulations 2016 (SI 2016/273);

c) the Utilities Contracts Regulations 2016 (SI 2016/274);

d) the Defence and Security Public Contracts Regulations 2011 (SI 2011/1848);

e) the Remedies Directive (2007/66/EC);

f) Directive 2014/23/EU of the European Parliament and Council;

g) Directive 2014/24/EU of the European Parliament and Council;

h) Directive 2014/25/EU of the European Parliament and Council; and

i) Directive 2009/81/EC of the European Parliament and Council.

Some purchases under this Framework may have requirements that can be met under this Framework but the purchase of which may be exempt from the Procurement Regulations. In such cases, Call-Offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-Off Contracts to reflect that buyer’s specific needs.

The Supplier will pay a Management Charge, as defined in the Framework Award Form.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite 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.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

six.4) Procedures for review

six.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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/