Awarded contract

Rail Legal Services Framework

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

F03: Contract award notice

Notice reference: 2022/S 000-007088

Published 15 March 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 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.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

Rail Legal Services Framework

Reference number

RM6204

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 has put in place an agreement for the provision of rail legal services to be utilised by UK Central Government Departments, and other public sector bodies. The principal Buyer is the Department for Transport (DfT), who will use this Framework Contract wherever possible. Other Contracting Authorities, as detailed in VI.3 may also use it from time to time.

The policy drivers supporting the development and procurement of this Framework Contract are to:

● provide Buyers with a route to market compliant with UK Law

● offer an improved agreement for both Buyers and Suppliers

● provide Buyers with access to high quality legal services

● achieve value for money

Rail Legal Services (RM6204) has been designed as a suitable replacement for Rail Legal Services (RM3756) due to expire in 2022.

This procurement has been conducted under the Light Touch Regime (‘LTR’) and is therefore subject to limited regulation. It has been 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 Agreement has been established for 36 months, with the option to extend for a further 12 months at the discretion of CCS.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £80,000,000

two.2) Description

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

The Suppliers that have been appointed to this framework shall provide all of the following Core Specialisms:

1. Regulatory law

2. Rail commercial law

3. Public procurement law

4. Subsidy law

Suppliers have also been able to provide one of more of the following Non-Core Specialisms. The Non-Core Specialisms may only be provided to a Buyer in connection with a Rail Related Matter.

1. EU law

2. International law

3. Competition law

4. Dispute resolution and litigation law

5. Employment law

6. Environmental law

7. Health and Safety law

8. Information law including data protection law

9. Information technology law

10. Intellectual property law

11. Pensions law

12. Planning law

13. Real estates law

14. Restructuring/insolvency law

15. Tax law

16. Insurance law

The Deliverables that Suppliers have been required to deliver are set out in Framework Schedule 1 (Specification).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Price / Weighting: 20

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


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

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 000-019660


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 February 2022

five.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

five.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

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £80,000,000

Total value of the contract/lot: £80,000,000


Section six. Complementary information

six.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/e32845cd-2a71-4374-a6da-903f005333d8

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.

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

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

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

Country

United Kingdom