Public Sector Legal Services

A Contract Award Notice
by CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
not specified
Value
£200M
Sector
BUSINESS
Published
06 Oct 2022
Delivery
not specified
Deadline
n/a

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 1 suppliers

Description

Crown Commercial Service, as the Authority, has established a framework 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 was conducted under the Light Touch Regime (‘LTR’) and is therefore subject to limited regulation. It was 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 comprises 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 cover the Legal Practices/Areas listed in Section II.2.4 The Framework has been established for 48 months

Lot Division

1 Full Service Provision

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 has been awarded to 23 bidders for Lot 1a, 11 bidders for Lot 1b and 9 bidders for Lot 1c. For Lot 1a the maximum number of bidders increased as 1 bidders final score was within 1% of the last position. 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.

Award Criteria
Quality 70
price 30
2 General Service Provision

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 has been awarded to 45 bidders for Lot 2a, 15 bidders for Lot 2b and 13 bidders for Lot 2c. 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.

Award Criteria
Quality 70
price 30
3 Full Service: Transport/Rail

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 has been awarded to 10 bidders for Lot 3. Additional information: It is a legal requirement for all suppliers to possess a particular authorisation (e.gSolicitor Regulation Authority/Law Society) or equivalent, or be a member of a particular organisation, to provide the requirements specified in this procurement.

Award Criteria
Quality 80
price 20

Award Detail

1 See Contracts Finder Notice for Full Supplier List (Liverpool)
  • Reference: 028156-2022-1
  • Value: £200,000,000

CPV Codes

  • 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

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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/6bb62e70-7b53-4a1f-ac15-d9958a... 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.

Reference

Domains