Award

Rail Legal Services Framework

THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

This public procurement record has 2 releases in its history.

Award

15 Mar 2022 at 22:45

Tender

12 Aug 2021 at 21:45

Summary of the contracting process

The Crown Commercial Service (CCS), acting on behalf of the Minister for the Cabinet Office, has recently awarded a contract for the "Rail Legal Services Framework" (RM6204) aimed at providing legal services to UK Central Government Departments and other public sector bodies. The procurement process, conducted under the open procedure, was initiated on 15 March 2022, is classified under the legal services sector (CPV code 79100000), and has an estimated total value of £80 million. The Framework Agreement is established for a duration of 36 months, with an option to extend for an additional year, and includes provisions for various legal specialisms such as regulatory law and public procurement law.

This contract presents significant opportunities for legal firms, particularly those with expertise in rail-related matters, regulatory compliance, and public procurement. Businesses that have achieved Cyber Essentials compliance are particularly well-suited to participate in this procurement, which highlights the importance of cybersecurity in handling sensitive information. With the potential involvement of multiple contracting authorities, companies specialising in legal advisory and representation services, as well as related sectors, will find ample prospects for collaboration and engagement within this Framework Agreement.

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 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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

SEE CONTRACTS FINDER NOTICE FOR FULL SUPPLIER LIST

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-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
            }
        ]
    }
}