Planning

Rail Legal Services

CROWN COMMERCIAL SERVICE

This public procurement record has 1 release in its history.

Planning

07 Feb 2020 at 10:58

Summary of the contracting process

Crown Commercial Service (CCS) is planning to initiate a tender for Rail Legal Services, with a budget of £50,000,000 set to cover the period from 1st April 2021 to 31st March 2024. This collaborative agreement aims to provide specialist legal services to the Department for Transport and related organisations involved in a significant programme of rail franchises, major works, and projects. The procurement method will be an open procedure above threshold, and the planned market engagement sessions will occur in April 2020, with interested suppliers required to express their interest by 13th March 2020.

This tender presents significant opportunities for law firms specialised in rail legal services or those experienced in public sector contracts. Businesses with expertise in navigating complex legal frameworks, particularly within the transport sector, will find this an advantageous avenue for expansion. The inclusion of Parliamentary agents may also create niche opportunities for firms adept at legislative processes. Bidders must comply with the Cyber Essentials scheme to participate, indicating a focus on cybersecurity and risk management in supplying services.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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 />

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
    }
}