Planning

Legal Case Management System (LCMS)

LONDON BOROUGH OF SOUTHWARK

This public procurement record has 1 release in its history.

Planning

19 Mar 2026 at 16:21

Summary of the contracting process

The London Borough of Southwark is currently in the planning stage of procuring a Legal Case Management System (LCMS) under the Procurement Act 2023. As part of the planning process, the council is conducting a Preliminary Market Engagement (PME) slated to conclude by 8 April 2026, providing an opportunity for input on the design of this upcoming tender. This initiative anticipates the use of a two-stage Competitive Flexible Procedure, incorporating conditions of participation and a full tender with technical evaluations. Located in London, the council seeks to implement a cloud-hosted solution that enhances the efficiency of its legal services department. The industry category encompasses software package and information systems, legal documentation services, and IT services.

This tender represents a lucrative opportunity for businesses specialising in software solutions, particularly those offering SaaS platforms, and IT services related to legal and document management. With an estimated gross value of £532,292.15, the proposed LCMS aims to replace outdated systems, reduce IT infrastructure costs and support LEXCEL compliance. Businesses capable of delivering secure, remote access solutions that integrate with existing applications and provide automatic updates will find this tender particularly aligned with their offerings. Small and medium enterprises are encouraged to participate, as the procurement is suitable for SMEs, with the contract expected to commence in January 2027 and providing potential renewals extending up to December 2034.

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

Notice Title

Legal Case Management System (LCMS)

Notice Description

Legal Case Management System (LCMS) Southwark council is undertaking a Preliminary Market Engagement (PME) to inform the development of its upcoming procurement of a Legal Case Management System (LCMS). This engagement aims to understand current market capability, delivery models, innovation opportunities and commercial considerations to support the design of a proportionate and competitive procurement procedure under the Procurement Act 2023. This notice does not formally commence a procurement process. Participation in PME is voluntary and will not confer any advantage or disadvantage in any future tender. Scope of the Requirement The council intends to procure a LCMS covering (indicative scope): The procurement and implementation of a new SaaS-based legal case management system designed to streamline case tracking, improve document management, and enhance overall operational efficiency within the legal services department. By adopting a cloud-hosted solution, the new system will provide secure, remote access, reduce IT infrastructure costs, and enable automatic updates. This platform will replace outdated processes, offer better integration with existing applications, and support LEXCEL compliance requirements, ultimately empowering legal teams to manage cases more effectively and deliver improved services to stakeholders. The final scope may be refined following PME.

Planning Information

Legal Case Management System (LCMS) The council anticipates using a two stage Competitive Flexible Procedure under the Procurement Act 2023. This will include: • Stage 1: Conditions of Participation (selection stage) • Stage 2: Full tender stage with detailed technical, commercial evaluation and system demonstrations Preliminary Market Engagement (PME) feedback will help shape the specification, KPIs, commercial model, and procurement structure. PME Activities: This notice includes a questionnaire which is designed to be completed by organisations wishing to engage participate in this market engagement and assist the Council in this market insight stage. All suppliers will receive the same core information. Insights gathered will be anonymised and used solely to inform the procurement design. This is NOT the commencement of a procurement procedure, neither is it a call for expressions of interest. Please complete the questionnaire hosted on ProContract -https://procontract.due-north.com- and submit the response, preferably via the messaging service on ProContract and/or via email to: Michelle.Davies@southwark.gov.uk This notice does not constitute a call for competition to procure any services for the Council, and the Council is not bound to accept any proposals offered. The Council is not liable for any costs, fees or expenses incurred by any party participating in this soft market testing/sounding exercise. Any procurement of any services by the Council in due course will be carried out strictly in accordance with the provisions of The Procurement Act 2023. Responses to the questionnaire will be treated confidentially. The Council’s tenders will be advertised on the ProContract portal; please see link below: https://procontract.due-north.com

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-066f81
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025409-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Standard
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

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

48000000 - Software package and information systems

72000000 - IT services: consulting, software development, Internet and support

79130000 - Legal documentation and certification services

Notice Value(s)

Tender Value
£443,576 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Mar 20263 days ago
Submission Deadline
Not specified
Future Notice Date
22 May 20263 months to go
Award Date
Not specified
Contract Period
1 Jan 2027 - 30 Dec 2031 4-5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
LONDON BOROUGH OF SOUTHWARK
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SE1 2QH
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI44 Lewisham and Southwark
Delivery Location
TLI44 Lewisham and Southwark

Local Authority
Southwark
Electoral Ward
London Bridge & West Bermondsey
Westminster Constituency
Bermondsey and Old Southwark

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-066f81-2026-03-19T16:21:19Z",
    "date": "2026-03-19T16:21:19Z",
    "ocid": "ocds-h6vhtk-066f81",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PXTW-7647-VDLV",
            "name": "London Borough of Southwark",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXTW-7647-VDLV"
            },
            "address": {
                "streetAddress": "Southwark Council",
                "locality": "London",
                "postalCode": "SE1 2QH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI44"
            },
            "contactPoint": {
                "name": "Michelle Davies",
                "email": "Michelle.Davies@southwark.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.southwark.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXTW-7647-VDLV",
        "name": "London Borough of Southwark"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Legal Case Management System (LCMS) The council anticipates using a two stage Competitive Flexible Procedure under the Procurement Act 2023. This will include: * Stage 1: Conditions of Participation (selection stage) * Stage 2: Full tender stage with detailed technical, commercial evaluation and system demonstrations Preliminary Market Engagement (PME) feedback will help shape the specification, KPIs, commercial model, and procurement structure. PME Activities: This notice includes a questionnaire which is designed to be completed by organisations wishing to engage participate in this market engagement and assist the Council in this market insight stage. All suppliers will receive the same core information. Insights gathered will be anonymised and used solely to inform the procurement design. This is NOT the commencement of a procurement procedure, neither is it a call for expressions of interest. Please complete the questionnaire hosted on ProContract -https://procontract.due-north.com- and submit the response, preferably via the messaging service on ProContract and/or via email to: Michelle.Davies@southwark.gov.uk This notice does not constitute a call for competition to procure any services for the Council, and the Council is not bound to accept any proposals offered. The Council is not liable for any costs, fees or expenses incurred by any party participating in this soft market testing/sounding exercise. Any procurement of any services by the Council in due course will be carried out strictly in accordance with the provisions of The Procurement Act 2023. Responses to the questionnaire will be treated confidentially. The Council's tenders will be advertised on the ProContract portal; please see link below: https://procontract.due-north.com",
                "dueDate": "2026-04-08T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "025409-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/025409-2026",
                "datePublished": "2026-03-19T16:21:19Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "DN810490",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Legal Case Management System (LCMS)",
        "description": "Legal Case Management System (LCMS) Southwark council is undertaking a Preliminary Market Engagement (PME) to inform the development of its upcoming procurement of a Legal Case Management System (LCMS). This engagement aims to understand current market capability, delivery models, innovation opportunities and commercial considerations to support the design of a proportionate and competitive procurement procedure under the Procurement Act 2023. This notice does not formally commence a procurement process. Participation in PME is voluntary and will not confer any advantage or disadvantage in any future tender. Scope of the Requirement The council intends to procure a LCMS covering (indicative scope): The procurement and implementation of a new SaaS-based legal case management system designed to streamline case tracking, improve document management, and enhance overall operational efficiency within the legal services department. By adopting a cloud-hosted solution, the new system will provide secure, remote access, reduce IT infrastructure costs, and enable automatic updates. This platform will replace outdated processes, offer better integration with existing applications, and support LEXCEL compliance requirements, ultimately empowering legal teams to manage cases more effectively and deliver improved services to stakeholders. The final scope may be refined following PME.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79130000",
                        "description": "Legal documentation and certification services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI44",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 532292.15,
            "amount": 443576.79,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-01-01T00:00:00+00:00",
                    "endDate": "2031-12-30T23:59:59+00:00",
                    "maxExtentDate": "2034-12-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-05-22T23:59:59+01:00"
        },
        "status": "planning"
    },
    "language": "en"
}