Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
The Capital Building, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
Legal Panel for Government (LPG)
Reference number
RM6360
two.1.2) Main CPV code
- 79100000 - Legal services
two.1.3) Type of contract
Services
two.1.4) Short description
Crown Commercial Service (CCS) as the Authority intends to put in place a Framework Agreement for the provision of Legal Services to be utilised by central government departments including associated arm’s length bodies (ALBs). It is intended that this commercial agreement will be the recommended vehicle for all legal services required by central government departments and their ALBs.
The Framework Agreement will have 7 Lots:
Lot 1 - Core Legal Services
Lot 2 - Major Projects and Complex Advice
Lot 3 - Finance and High Risk / Innovation
Lot 4a - Trade and Investment Negotiations
Lot 4b - International Trade Disputes
Lot 4c - International Investment Disputes
Lot 5 - Rail Legal Services
two.1.5) Estimated total value
Value excluding VAT: £820,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Core Legal Services
Lot No
Lot 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
Main site or place of performance
Not Mandatory
two.2.4) Description of the procurement
Lot 1 requires a full-service capability across a wide range of mandatory legal specialisms to meet the government's core legal service demands. It is designed to support buyers by providing general legal advice necessary for project delivery and addressing various legal issues.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £275,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 3 years, with an option to extend for 1 year
CCS reserve the right to extend lots by varying durations
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
The number of places on the Framework Agreement for this Lot is 10.
The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
two.2) Description
two.2.1) Title
Major Projects and Complex Advice
Lot No
Lot 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
Main site or place of performance
Not Mandatory
two.2.4) Description of the procurement
Lot 2 covers Major Projects and Complex Advice , requiring suppliers to manage high-risk, innovative initiatives with multiple priorities across a wide range of mandatory legal specialisms, including Litigation. Suppliers must navigate evolving project lifecycles, proactively addressing risks and advising on new or existing policies where established solutions may not yet exist.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £200,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 3 years, with an option to extend for 1 year
CCS reserve the right to extend lots by varying durations
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
The number of places on the Framework Agreement for this Lot is 8.
The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
two.2) Description
two.2.1) Title
Finance and High Risk / Innovation
Lot No
Lot 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
Main site or place of performance
Not Mandatory
two.2.4) Description of the procurement
Lot 3 covers the highest-risk and most complex legal matters across a wide range of mandatory legal specialisms, including groundbreaking projects, major regulatory challenges, large-scale infrastructure programs, and high-value litigation. It also encompasses intricate finance and capital markets work, such as international capital markets, asset finance, restructuring, and insolvency.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Price - Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 3 years, with an option to extend for 1 year
CCS reserve the right to extend lots by varying durations
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
The number of places on the Framework Agreement for this Lot is 6.
The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
two.2) Description
two.2.1) Title
Trade and Investment Negotiations
Lot No
Lot 4a
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
Main site or place of performance
Not Mandatory
two.2.4) Description of the procurement
Lot 4a covers legal advice on negotiating and implementing trade and investment agreements, ensuring compliance with international law, including WTO regulations, free trade agreements, international treaties, and EU law. Work includes drafting UK treaty text, supporting negotiations, analysing UK obligations, and providing treaty-related legal guidance on trade and investment.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 3 years, with an option to extend for 1 year
CCS reserve the right to extend lots by varying durations
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
The number of places on the Framework Agreement for this Lot is 6.
The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
two.2) Description
two.2.1) Title
International Trade Disputes
Lot No
Lot 4b
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
- 98910000 - Services specific to international organisations and bodies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Not Mandatory
two.2.4) Description of the procurement
Lot 4b provides legal advice and support for international trade disputes, representing the UK government in both offensive and defensive cases. It covers all stages of dispute resolution, WTO procedural rules, litigation strategy, and substantive legal issues, drawing on extensive experience in WTO and free trade agreement litigation. It also includes guidance on trade remedies and related investigations.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 3 years, with an option to extend for 1 year
CCS reserve the right to extend lots by varying durations
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
The number of places on the Framework Agreement for this Lot is 6.
The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
two.2) Description
two.2.1) Title
International Investment Disputes
Lot No
Lot 4c
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
- 98910000 - Services specific to international organisations and bodies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Not Mandatory
two.2.4) Description of the procurement
Lot 4c provides legal advice and support for treaty-based international investment disputes, representing the UK government in investor-State and inter-State proceedings. It covers all stages of dispute resolution, including written and oral advocacy, risk assessment for policy development, and managing disputes under the UK’s investment treaties. This work spans diverse economic sectors and technical areas, often involving high-sensitivity or public interest matters.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
Yes
Description of renewals
The initial duration of the Framework is 3 years, with an option to extend for 1 year
CCS reserve the right to extend lots by varying durations
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
The number of places on the Framework Agreement for this Lot is 9.
The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
two.2) Description
two.2.1) Title
Rail Legal Services
Lot No
Lot 5
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 5 provides specialist legal services for the rail industry, requiring in-depth knowledge of its regulatory framework. It recognises the unique nature of rail law and its critical role in supporting national transport objectives.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £75,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 3 years, with an option to extend for 1 year
CCS reserve the right to extend lots by varying durations
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
The number of places on the Framework Agreement for this Lot is 8.
The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
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 Public Contract Regulations 2015 (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.
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.1.8) 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: 2024/S 000-006040
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
1 April 2025
Local time
3:00pm
Changed to:
Date
8 April 2025
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
Tender must be valid until: 26 November 2025
four.2.7) Conditions for opening of tenders
Date
1 April 2025
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/4ed350b9-9bbc-49b0-bd18-d2e93b9e6262
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that the Government collects, stores, processes, generates or shares to deliver services and conduct business.
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or providing certain ICT products/services. The 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 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.
Some purchases under this Framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). 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.
In each Lot, CCS reserves the right to award a framework contract to any bidder whose final score is within 1% of the last awarded position.
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 the Public Contract Regulations 2015, and relates to the legal services which are listed in Schedule 3 of the Public Contracts Regulations 2015 as a specific service.
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
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom