Notice Information
Notice Title
Rail Legal Services Framework
Notice Description
Crown Commercial Service (CCS) as the Authority has 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 is the Department for Transport (DfT), who will 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 has been conducted under the Light Touch Regime ('LTR') and is therefore subject to limited regulation. It has been 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 has been established for 36 months, with the option to extend for a further 12 months at the discretion of CCS.
Lot Information
Lot 1
The Suppliers that have been 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 have also been 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 that Suppliers have been required to deliver are set out in Framework Schedule 1 (Specification).
Renewal: 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02d43b
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/007088-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- 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
Notice Value(s)
- Tender Value
- £80,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £80,000,000 £10M-£100M
Notice Dates
- Publication Date
- 15 Mar 20223 years ago
- Submission Deadline
- 14 Sep 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 22 Feb 20224 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
- Contact Name
- +44 3150103503
- Contact Email
- supplier@crowncommercial.gov.uk
- Contact Phone
- +44 3150103503
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
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-h6vhtk-02d43b-2022-03-15T22:45:18Z",
"date": "2022-03-15T22:45:18Z",
"ocid": "ocds-h6vhtk-02d43b",
"description": "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/e32845cd-2a71-4374-a6da-903f005333d8 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.",
"initiationType": "tender",
"tender": {
"id": "RM6204",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Rail Legal Services Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79100000",
"description": "Legal services"
},
"mainProcurementCategory": "services",
"description": "Crown Commercial Service (CCS) as the Authority has 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 is the Department for Transport (DfT), who will 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 has been conducted under the Light Touch Regime ('LTR') and is therefore subject to limited regulation. It has been 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 has been established for 36 months, with the option to extend for a further 12 months at the discretion of CCS.",
"value": {
"amount": 80000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Suppliers that have been 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 have also been 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 that Suppliers have been required to deliver are set out in Framework Schedule 1 (Specification).",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"name": "Price",
"type": "cost",
"description": "20"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "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."
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79100000",
"description": "Legal services"
},
{
"scheme": "CPV",
"id": "79110000",
"description": "Legal advisory and representation services"
},
{
"scheme": "CPV",
"id": "79111000",
"description": "Legal advisory services"
},
{
"scheme": "CPV",
"id": "79112000",
"description": "Legal representation services"
},
{
"scheme": "CPV",
"id": "79130000",
"description": "Legal documentation and certification services"
},
{
"scheme": "CPV",
"id": "79140000",
"description": "Legal advisory and information services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Candidates will be assessed in accordance with the information provided in response to the invitation to tender (ITT)",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-09-14T13:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"awardPeriod": {
"startDate": "2021-09-14T13:01:00+01:00"
},
"bidOpening": {
"date": "2021-09-14T13:01:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-575",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"identifier": {
"legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "+44 3150103503",
"telephone": "+44 3150103503",
"email": "supplier@crowncommercial.gov.uk",
"url": "https://crowncommercialservice.bravosolution.co.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody",
"reviewContactPoint"
],
"details": {
"url": "https://www.gov.uk/ccs",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
},
"additionalContactPoints": [
{
"email": "supplier@crowncommercial.gov.uk"
}
]
},
{
"id": "GB-FTS-38566",
"name": "See Contracts Finder Notice for full supplier list",
"identifier": {
"legalName": "See Contracts Finder Notice for full supplier list"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-575",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"language": "en",
"awards": [
{
"id": "007088-2022-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-38566",
"name": "See Contracts Finder Notice for full supplier list"
}
]
}
],
"contracts": [
{
"id": "007088-2022-1",
"awardID": "007088-2022-1",
"status": "active",
"value": {
"amount": 80000000,
"currency": "GBP"
},
"dateSigned": "2022-02-22T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 16
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 16
}
]
}
}