Contract

Legal Panel for Government (LPG)

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

F03: Contract award notice

Notice identifier: 2025/S 000-081840

Procurement identifier (OCID): ocds-h6vhtk-043cb5

Published 11 December 2025, 11:11am



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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Region code

UK - United Kingdom

UK Register of Learning Providers (UKPRN number)

PBZB-4962-TVLR

Internet address(es)

Main address

https://www.gov.uk/ccs

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 has 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 has awarded Lots 1, 2, 3, 4 and 5 as outlined below:

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.1.6) Information about lots

This contract is divided into lots: Yes

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

Value excluding VAT: £820,000,000

two.2) Description

two.2.1) Title

Core Legal Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

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.2.11) Information about options

Options: No

two.2.14) Additional information

12 Suppliers were awarded a place for this Lot.

two.2) Description

two.2.1) Title

Major Projects and Complex Advice

Lot No

2

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

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.2.11) Information about options

Options: No

two.2.14) Additional information

10 Suppliers were awarded a place for this Lot.

two.2) Description

two.2.1) Title

Finance and High Risk / Innovation

Lot No

3

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

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.2.11) Information about options

Options: No

two.2.14) Additional information

7 Suppliers were awarded a place for this Lot.

two.2) Description

two.2.1) Title

Trade and Investment Negotiations

Lot No

4a

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

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.2.11) Information about options

Options: No

two.2.14) Additional information

6 Suppliers were awarded a place for this Lot.

two.2) Description

two.2.1) Title

International Trade Disputes

Lot No

4b

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services
  • 98910000 - Services specific to international organisations and bodies

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

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.2.11) Information about options

Options: No

two.2.14) Additional information

6 Suppliers were awarded a place for this Lot.

two.2) Description

two.2.1) Title

International Investment Disputes

Lot No

4c

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services
  • 98910000 - Services specific to international organisations and bodies

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

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.2.11) Information about options

Options: No

two.2.14) Additional information

8 Suppliers were awarded a place for this Lot.

two.2) Description

two.2.1) Title

Rail Legal Services

Lot No

5

two.2.2) Additional CPV code(s)

  • 79100000 - Legal 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.2.11) Information about options

Options: No

two.2.14) Additional information

8 Suppliers were awarded a place for this Lot.


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: 2025/S 000-005959


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

30 September 2025

five.2.2) Information about tenders

Number of tenders received: 41

Number of tenders received by electronic means: 41

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

Email

supplier@crowncommercial.gov.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

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

Total value of the contract/lot: £820,000,000


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/d224702b-00c3-4e8a-839e-407d1fecb4de

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

Telephone

+44 3454102222

Country

United Kingdom

Internet address

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