Notice Information
Notice Title
Rail Legal Services
Notice Description
Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Rail Legal Services to be used by the Department for Transport (DfT), and related organisations, which have a significant programme of rail franchises, major works and projects that require specialist rail legal services. Parliamentary agents may also be required. CCS will work in partnership with DfT and the Government Legal Department (GLD to establish this panel. The potential benefits of such a panel include:- * Providing a more focused framework to give the market greater availability of work. * Ready access to highly experienced rail legal advisers. * Choice and competition, driving value for money. * Minimising the time and administrative burden to contract work. The lotting structure of this framework will be determined as a result of the market engagement. Additional information: This Prior Information Notice is to signal an intention to commence market engagement with those within the legal market. Crown Commercial Service intends to hold market engagement sessions during April 2020 with suppliers interested in potentially bidding for the resulting panel contract. If you are interested in attending a market engagement session please express your interest by emailing supplier@crowncommercial.gov.uk no later than midday on Friday the 13th of March 2020. Further details will be provided to you. Your email must clearly state: the name of your organisation, and contact details for the individual(s) who will participating in the market engagement. Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is [https://crowncommercialservice.bravosolution.co.uk]. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The value in II.1.5 is an indicative value over 6 years (assuming a 4 year term with call-off contracts for a further 2 years). The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming Crown for updates and monitor Tenders Electronic Daily for the publication of the OJEU contract notice. The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further 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 properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials Plus certified or equivalent for the services under and in connection with the procurement. The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Plus Scheme or equivalent for services under and in connection with this procurement. The service that arise from anagement Systems or equivalent; - ISO/IEC 27002:2013 Information Technology - Security Techniques - Code of Practice for information security controls - ISO/IEC 27031 Information technology - Security techniques - Guidelines for information and communication technology readiness for business continuity or equivalent; - ISO/IEC 22301:2019 Business Continuity Management or equivalent; and<br />
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-0e7290d9-40e5-4b0c-9c2c-5c325c39d3f7
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/13309b23-cd58-4766-964b-3265c5989f97
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planned Procurement Notice
- Procurement Type
- Standard
- Procurement Category
- Not specified
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79100000 - Legal services
Notice Value(s)
- Tender Value
- £50,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Feb 20206 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 22 Oct 2020Expired
- Award Date
- Not specified
- Contract Period
- 16 May 2021 - 16 May 2024 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CROWN COMMERCIAL SERVICE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LIVERPOOL
- Postcode
- L3 9PP
- Post Town
- Liverpool
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD7 Merseyside
- Small Region (ITL 3)
- TLD72 Liverpool
- Delivery Location
- Not specified
-
- Local Authority
- Liverpool
- Electoral Ward
- City Centre North
- Westminster Constituency
- Liverpool Riverside
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/13309b23-cd58-4766-964b-3265c5989f97
7th February 2020 - Future opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-0e7290d9-40e5-4b0c-9c2c-5c325c39d3f7-2020-02-07T10:58:53Z",
"date": "2020-02-07T10:58:53Z",
"ocid": "ocds-b5fd17-0e7290d9-40e5-4b0c-9c2c-5c325c39d3f7",
"language": "en",
"initiationType": "tender",
"planning": {
"budget": {
"budgetBreakdown": [
{
"id": "1",
"period": {
"startDate": "2021-04-01T00:00:00+01:00",
"endDate": "2024-03-31T23:59:59+01:00"
},
"description": "2021/2024",
"amount": {
"amount": 50000000,
"currency": "GBP"
}
}
]
},
"documents": [
{
"id": "1",
"documentType": "plannedProcurementNotice",
"description": "Future opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/13309b23-cd58-4766-964b-3265c5989f97",
"datePublished": "2020-02-07T10:58:53Z",
"format": "text/html",
"language": "en"
}
]
},
"tender": {
"id": "RM6204",
"title": "Rail Legal Services",
"description": "Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Rail Legal Services to be used by the Department for Transport (DfT), and related organisations, which have a significant programme of rail franchises, major works and projects that require specialist rail legal services. Parliamentary agents may also be required. CCS will work in partnership with DfT and the Government Legal Department (GLD to establish this panel. The potential benefits of such a panel include:- * Providing a more focused framework to give the market greater availability of work. * Ready access to highly experienced rail legal advisers. * Choice and competition, driving value for money. * Minimising the time and administrative burden to contract work. The lotting structure of this framework will be determined as a result of the market engagement. Additional information: This Prior Information Notice is to signal an intention to commence market engagement with those within the legal market. Crown Commercial Service intends to hold market engagement sessions during April 2020 with suppliers interested in potentially bidding for the resulting panel contract. If you are interested in attending a market engagement session please express your interest by emailing supplier@crowncommercial.gov.uk no later than midday on Friday the 13th of March 2020. Further details will be provided to you. Your email must clearly state: the name of your organisation, and contact details for the individual(s) who will participating in the market engagement. Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is [https://crowncommercialservice.bravosolution.co.uk]. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The value in II.1.5 is an indicative value over 6 years (assuming a 4 year term with call-off contracts for a further 2 years). The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming Crown for updates and monitor Tenders Electronic Daily for the publication of the OJEU contract notice. The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further 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 properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials Plus certified or equivalent for the services under and in connection with the procurement. The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Plus Scheme or equivalent for services under and in connection with this procurement. The service that arise from anagement Systems or equivalent; - ISO/IEC 27002:2013 Information Technology - Security Techniques - Code of Practice for information security controls - ISO/IEC 27031 Information technology - Security techniques - Guidelines for information and communication technology readiness for business continuity or equivalent; - ISO/IEC 22301:2019 Business Continuity Management or equivalent; and<br />",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "79100000",
"description": "Legal services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 50000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"communication": {
"futureNoticeDate": "2020-10-23T00:00:00+01:00"
},
"contractPeriod": {
"startDate": "2021-05-17T00:00:00+01:00",
"endDate": "2024-05-16T23:59:59+01:00"
},
"suitability": {
"sme": false,
"vcse": false
}
},
"parties": [
{
"id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
"name": "Crown Commercial Service",
"identifier": {
"legalName": "Crown Commercial Service",
"scheme": "GB-SRS",
"id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"postalCode": "L39PP",
"countryName": "England"
},
"contactPoint": {
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"email": "supplier@crowncommercial.gov.uk",
"telephone": "+44 3450103503"
},
"details": {
"url": "https://www.gov.uk/ccs"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
"name": "Crown Commercial Service"
}
}