Notice Information
Notice Title
Costs Lawyer Services 2
Notice Description
Crown Commercial Service (CCS) as the Authority has put in place a Pan Government Collaborative Agreement which will provide costs law services to the Public Sector. This framework consists of 3 lots: Lot 1 General Costs Law Services, Lot 2 Clinical Negligence Specialist Services; and Lot 3: Security Clearance Specialist Services. The framework will run for 36 months with an option to extend for 1 further period of 12 months. We ran this competition using the open procedure. This procurement was conducted under the Light Touch Regime (LTR) therefore subject to limited regulation and conducted in accordance with regulations 74 to 76 PCR 2015. The supplier shall provide services to buyers in the jurisdictional area of England and Wales. Further information is included in the Additional Information section VI.3.
Lot Information
General Costs Law Services
Lot 1 is for General Costs Law Services and covers costs services for both budgeted and non-budgeted work, for the receiving and paying party as required by the Buyer at call off. For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
Renewal: The initial duration of the Framework is 36 months, with an option to extend for +12 months CCS reserve the right to extend lots by varying durations
Clinical Negligence Specialist ServicesThis lot provides all aspects of costs law and law costs draftsman services in the support of clinical negligence claims brought against public sector organisations
Renewal: The initial duration of the Framework is 36 months, with an option to extend for +12 months CCS reserve the right to extend lots by varying durations
Security Clearance Specialist ServicesThis lot provides all aspects of costs law and law costs draftsman services in the support of legal disputes and legal litigation matters that require security cleared fee earners and service providers.
Renewal: The initial duration of the Framework is 36 months, with an option to extend for +12 months CCS reserve the right to extend lots by varying durations
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-030d0e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/025039-2023
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning 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
- £60,000,000 £10M-£100M
- Lots Value
- £60,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £60,000,000 £10M-£100M
Notice Dates
- Publication Date
- 24 Aug 20232 years ago
- Submission Deadline
- 5 May 2023Expired
- Future Notice Date
- 30 Nov 2022Expired
- Award Date
- 24 Jul 20232 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
- Not specified
- Contact Email
- supplier@crowncommercial.gov.uk
- Contact Phone
- +44 3454102222
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-030d0e-2023-08-24T18:53:30+01:00",
"date": "2023-08-24T18:53:30+01:00",
"ocid": "ocds-h6vhtk-030d0e",
"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/a3850432-5196-4762-a249-30ac9ad4d6c4 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. CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. For Lot 3, 4 suppliers were awarded a place as opposed 3 places which was was originally stated in the Contract Notice that was published on 5 April 2023.",
"initiationType": "tender",
"tender": {
"id": "RM6284",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Costs Lawyer Services 2",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79100000",
"description": "Legal services"
},
"mainProcurementCategory": "services",
"description": "Crown Commercial Service (CCS) as the Authority has put in place a Pan Government Collaborative Agreement which will provide costs law services to the Public Sector. This framework consists of 3 lots: Lot 1 General Costs Law Services, Lot 2 Clinical Negligence Specialist Services; and Lot 3: Security Clearance Specialist Services. The framework will run for 36 months with an option to extend for 1 further period of 12 months. We ran this competition using the open procedure. This procurement was conducted under the Light Touch Regime (LTR) therefore subject to limited regulation and conducted in accordance with regulations 74 to 76 PCR 2015. The supplier shall provide services to buyers in the jurisdictional area of England and Wales. Further information is included in the Additional Information section VI.3.",
"value": {
"amount": 60000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Lot 1 is for General Costs Law Services and covers costs services for both budgeted and non-budgeted work, for the receiving and paying party as required by the Buyer at call off. For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.",
"status": "cancelled",
"title": "General Costs Law Services",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"value": {
"amount": 20000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The initial duration of the Framework is 36 months, with an option to extend for +12 months CCS reserve the right to extend lots by varying durations"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "Clinical Negligence Specialist Services",
"description": "This lot provides all aspects of costs law and law costs draftsman services in the support of clinical negligence claims brought against public sector organisations",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"value": {
"amount": 35000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The initial duration of the Framework is 36 months, with an option to extend for +12 months CCS reserve the right to extend lots by varying durations"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "3",
"title": "Security Clearance Specialist Services",
"description": "This lot provides all aspects of costs law and law costs draftsman services in the support of legal disputes and legal litigation matters that require security cleared fee earners and service providers.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"value": {
"amount": 5000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The initial duration of the Framework is 36 months, with an option to extend for +12 months CCS reserve the right to extend lots by varying durations"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"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"
},
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "2",
"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": "2"
},
{
"id": "3",
"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": "3"
}
],
"communication": {
"futureNoticeDate": "2022-11-30T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"lotDetails": {
"maximumLotsAwardedPerSupplier": 3
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2023-05-05T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2023-05-05T15:01:00+01:00"
},
"bidOpening": {
"date": "2023-05-05T15:01:00+01:00"
},
"hasRecurrence": true,
"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": {
"telephone": "+44 3454102222",
"email": "supplier@crowncommercial.gov.uk",
"url": "https://crowncommercialservice.bravosolution.co.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody",
"mediationBody"
],
"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": [
{
"telephone": "+44 3450103503",
"email": "supplier@crowncommercial.gov.uk"
}
]
},
{
"id": "GB-FTS-49012",
"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. L3 9PP",
"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": "025039-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-49012",
"name": "See Contracts Finder Notice for full supplier list"
}
]
}
],
"contracts": [
{
"id": "025039-2023-1",
"awardID": "025039-2023-1",
"status": "active",
"value": {
"amount": 60000000,
"currency": "GBP"
},
"dateSigned": "2023-07-25T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 16
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 5
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "1",
"value": 16
}
]
}
}