Planning

PS25034 - Legal Services to Support Employment Tribunals and Complex Casework - Framework

UKRI

This public procurement record has 1 release in its history.

Planning

09 Feb 2026 at 12:00

Summary of the contracting process

The procurement process for the project titled "PS25034 - Legal Services to Support Employment Tribunals and Complex Casework - Framework" is initiated by UK Research and Innovation (UKRI) and facilitated by UK Shared Business Services Ltd (UKSBS). The process is currently in the planning stage, with a due date for engagement scheduled for 23rd February 2026. This procurement falls under the services industry category, specifically for legal services, and is valued at approximately £1.6 million. The location for this opportunity is the United Kingdom, with the framework anticipated to start on 30th April 2026 and conclude by 30th April 2030.

This tender seeks to establish a framework that can offer a significant growth opportunity for legal service providers, particularly those specialising in employment law and complex legal casework. As the framework will allow for direct awards, it favours businesses that can demonstrate high-quality legal expertise, timely communication, and competitive commercial offerings. Small and medium-sized enterprises (SMEs) stand a good chance of competing, provided they can meet the rigorous standards set forth in the procurement process. Companies positioned in the legal advisory sector could see beneficial growth by participating in and potentially securing a place in this framework.

How relevant is this notice?

Notice Information

Notice Title

PS25034 - Legal Services to Support Employment Tribunals and Complex Casework - Framework

Notice Description

Legal Services to Support Employment Tribunals and Complex Casework - Framework UK Shared Business Services (UKSBS) on behalf of UK Research and Innovation (UKRI), will shortly be approaching the market to undertake a procurement for the creation of a Legal Services Framework for the Support of Employment Tribunals and Complex Casework. Once implemented, this Framework will only be available for use by UKRI. The purpose of this framework is to ensure compliance with legal obligations, provide expert advice, and mitigate risks where internal legal capacity is insufficient. External support will cover the full process end-to-end from receipt of an Employment Tribunal (ET) claim through to resolution, including appeals. The aim of the framework is to enable UKRI secure immediate access to external legal expertise for Employment Tribunal cases and complex HR matters. Objectives * Deliver high-quality legal advice and representation for ET cases and timely, high-quality legal advice on complex casework to support effective management of legal risk. * Provide timely risk assessments and clear recommendations at each stage. * Maintain proactive communication with UKRI HR and Legal teams to meet all deadlines. The Call-Off Contracts under this Framework will be via' Direct Award' based on a rankings from the evaluation of the initial Framework award. Framework Direct Award Procedure The 1st ranked supplier will be issued with the project requirements and then given 5 working days to respond. The Contracting Authority reserves the right to opt for a longer or shorter quote period should they feel this is necessary based on the complexity of the requirement. If the 1st ranked Supplier cannot take on the work or their proposal is rejected, the project will be sent to the 2nd ranked Supplier. The 2nd ranked Supplier will be given 5 working days to respond. If the 2nd ranked Supplier cannot take on the work or their proposal is rejected, the project will be sent to the 3rd ranked Supplier. The 3rd ranked Supplier will be given 5 working days to respond. If the 3rd ranked Supplier cannot take on the work or their proposal is rejected, the Contracting Authority will either opt to secure the services outside of the framework or rescope and then repeat the process. Framework Ranking Following completion of the evaluation of all bid responses in line with the evaluation methodology, the total scores awarded for Technical and Commercial will be added together to form a Total Bid Evaluation Score. The Total Bid Evaluation Score for each Bidder will be ranked from Highest to Lowest, with the top 3 Suppliers being successfully awarded onto this Framework. The ranking from the evaluation of your bid will be the ranking that will be fixed for the duration of this Framework. The ranking position will be confirmed within your feedback letter at the point this Framework is awarded.

Planning Information

A Bidders’ Conference will not be held in conjunction with this procurement. UK Shared Business Services Ltd (UK SBS) will be using the Jaggaer eSourcing Portal for this procurement. To register on the Jaggaer eSourcing portal please use the link https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier. If you have any questions at this stage please email professionalservices@uksbs.co.uk

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-064afd
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011324-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME
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
£1,600,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Feb 2026Today
Submission Deadline
Not specified
Future Notice Date
23 Feb 20262 weeks to go
Award Date
Not specified
Contract Period
29 Apr 2026 - 30 Apr 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
UKRI
Additional Buyers

UKSBS

Contact Name
Kerry Hart
Contact Email
commercial@ukri.org, professionalservices@uksbs.co.uk
Contact Phone
Not specified

Buyer Location

Locality
SWINDON
Postcode
SN2 1FL
Post Town
Swindon
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK71 Swindon
Delivery Location
Not specified

Local Authority
Swindon
Electoral Ward
Rodbourne Cheney
Westminster Constituency
Swindon North

Further Information

Notice Documents

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-064afd-2026-02-09T12:00:44Z",
    "date": "2026-02-09T12:00:44Z",
    "ocid": "ocds-h6vhtk-064afd",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PDQJ-7126-JDHG",
            "name": "UKRI",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PDQJ-7126-JDHG"
            },
            "address": {
                "streetAddress": "Polaris House",
                "locality": "Swindon",
                "postalCode": "SN2 1FL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK14"
            },
            "contactPoint": {
                "email": "Commercial@ukri.org"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PMPN-7535-GNTG",
            "name": "UKSBS",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PMPN-7535-GNTG"
            },
            "address": {
                "streetAddress": "Polaris House, North Star Avenue",
                "locality": "Swindon",
                "postalCode": "SN2 1FF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK14"
            },
            "contactPoint": {
                "name": "Kerry Hart",
                "email": "professionalservices@uksbs.co.uk"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "Procurement Partner"
        }
    ],
    "buyer": {
        "id": "GB-PPON-PDQJ-7126-JDHG",
        "name": "UKRI"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "A Bidders' Conference will not be held in conjunction with this procurement. UK Shared Business Services Ltd (UK SBS) will be using the Jaggaer eSourcing Portal for this procurement. To register on the Jaggaer eSourcing portal please use the link https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier. If you have any questions at this stage please email professionalservices@uksbs.co.uk",
                "dueDate": "2026-02-23T23:59:59+00:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "011324-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/011324-2026",
                "datePublished": "2026-02-09T12:00:44Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "PS25034",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "PS25034 - Legal Services to Support Employment Tribunals and Complex Casework - Framework",
        "description": "Legal Services to Support Employment Tribunals and Complex Casework - Framework UK Shared Business Services (UKSBS) on behalf of UK Research and Innovation (UKRI), will shortly be approaching the market to undertake a procurement for the creation of a Legal Services Framework for the Support of Employment Tribunals and Complex Casework. Once implemented, this Framework will only be available for use by UKRI. The purpose of this framework is to ensure compliance with legal obligations, provide expert advice, and mitigate risks where internal legal capacity is insufficient. External support will cover the full process end-to-end from receipt of an Employment Tribunal (ET) claim through to resolution, including appeals. The aim of the framework is to enable UKRI secure immediate access to external legal expertise for Employment Tribunal cases and complex HR matters. Objectives * Deliver high-quality legal advice and representation for ET cases and timely, high-quality legal advice on complex casework to support effective management of legal risk. * Provide timely risk assessments and clear recommendations at each stage. * Maintain proactive communication with UKRI HR and Legal teams to meet all deadlines. The Call-Off Contracts under this Framework will be via' Direct Award' based on a rankings from the evaluation of the initial Framework award. Framework Direct Award Procedure The 1st ranked supplier will be issued with the project requirements and then given 5 working days to respond. The Contracting Authority reserves the right to opt for a longer or shorter quote period should they feel this is necessary based on the complexity of the requirement. If the 1st ranked Supplier cannot take on the work or their proposal is rejected, the project will be sent to the 2nd ranked Supplier. The 2nd ranked Supplier will be given 5 working days to respond. If the 2nd ranked Supplier cannot take on the work or their proposal is rejected, the project will be sent to the 3rd ranked Supplier. The 3rd ranked Supplier will be given 5 working days to respond. If the 3rd ranked Supplier cannot take on the work or their proposal is rejected, the Contracting Authority will either opt to secure the services outside of the framework or rescope and then repeat the process. Framework Ranking Following completion of the evaluation of all bid responses in line with the evaluation methodology, the total scores awarded for Technical and Commercial will be added together to form a Total Bid Evaluation Score. The Total Bid Evaluation Score for each Bidder will be ranked from Highest to Lowest, with the top 3 Suppliers being successfully awarded onto this Framework. The ranking from the evaluation of your bid will be the ranking that will be fixed for the duration of this Framework. The ranking position will be confirmed within your feedback letter at the point this Framework is awarded.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79100000",
                        "description": "Legal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1920000,
            "amount": 1600000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-30T00:00:00+01:00",
                    "endDate": "2030-04-30T23:59:59+01:00"
                },
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-02-23T23:59:59+00:00"
        },
        "status": "planning"
    },
    "language": "en"
}