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
supplier@crowncommercial.gov.uk
Telephone
+44 3150103503
Country
United Kingdom
NUTS 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.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
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
supplier@crowncommercial.gov.uk
Country
United Kingdom