Rail Legal Services Framework

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£0-£80M
Sector
BUSINESS
Published
12 Aug 2021
Delivery
To 24 Aug 2025 (est.)
Deadline
14 Sep 2021 12:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers

Description

Crown Commercial Service (CCS) as the Authority intends to 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 will be the Department for Transport (DfT), who intends to 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 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 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 will be established for 36 months, with the option to extend for a further 12 months at the discretion of CCS.

Total Quantity or Scope

The Suppliers 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 will also be 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 a Supplier is required to deliver are set out in Framework Schedule 1 (Specification).

Renewal Options

The procurement will be conducted in two stages which will be run consecutively. Full details are available in the ITT. II.2.7 - is the maximum duration of the Framework Agreement. The Framework Agreement will be established for 36 months, with the option to extend for a further 12 months at the discretion of CCS.

Award Criteria

Quality 80
price 20

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

Indicators

  • An E-Catalogue is required.
  • This is a one-off contract (no recurrence)
  • Renewals are available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/Start/f80ffa5c-f21f-454c-a137-... 1) Contract notice transparency information for the agreement; and 2) Contract notice Authorised Buyer list; and 3) Contract notice reserved rights. Following market and customer engagement, the Framework will comprise of a single lot, due to market size and capacity to provide the required specialisms in scope. ________________________________________ The value provided in Section II.1.5 is only an estimate. We cannot guarantee to suppliers any business through this agreement. Please be advised that CCS does not consider the Transfer of Undertakings (Protection of Employment) Regulations 2006 (‘TUPE’) to be an issue in respect of this procurement as services are not provided at the framework level. At Call-Off contract stage, CCS takes the view that TUPE is unlikely to apply. It is the responsibility of bidders to take their own advice and consider whether TUPE is likely to apply at Call-Off Contract stage, and to act accordingly. 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 must be able to demonstrate they comply with the technical requirements 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. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position. 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.

Reference

Domains