{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-06116b-2026-04-17T14:08:53+01:00",
    "date": "2026-04-17T14:08:53+01:00",
    "ocid": "ocds-h6vhtk-06116b",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PYCX-4938-CCHM",
            "name": "Kent County Council trading as Procurement Services",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYCX-4938-CCHM"
            },
            "address": {
                "streetAddress": "1 Abbey Wood Road, Kings Hill",
                "locality": "West Malling",
                "postalCode": "ME19 4YT",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ46"
            },
            "contactPoint": {
                "name": "Sobia Asad",
                "email": "people&professionalservices@csltd.org.uk",
                "telephone": "01622942841"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PYCX-4938-CCHM",
        "name": "Kent County Council trading as Procurement Services"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The purpose of this engagement is to: Understand whether the market can meet our requirements and identify any constraints or opportunities. Gather supplier feedback to ensure specifications are realistic, achievable, and aligned with industry standards. Use insights to determine the most appropriate route to market, framework structure, and commercial model. Provide early visibility of the opportunity to a broad supplier base, supporting fair and open competition. Identify potential risks and innovative solutions early, reducing the likelihood of delays or poor delivery post-award. By engaging with the market at an early stage, we will improve the quality of our tender documents, attract a wider pool of capable suppliers, and ultimately deliver better value for money and service outcomes.",
                "dueDate": "2026-02-05T23:59:59+00:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "007792-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/007792-2026",
                "datePublished": "2026-01-28T19:05:11Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "Y26021",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Supply of Legal Services 2",
        "description": "The purpose of this framework is to establish a panel of qualified legal service providers to deliver a comprehensive range of legal services to public sector bodies. The framework will provide a compliant, efficient, and cost-effective route to procure legal expertise across multiple specialisms.",
        "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"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 600000000,
            "amount": 500000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withAndWithoutReopeningCompetition",
                "type": "open",
                "buyerCategories": "This Framework is for use by Customers in the United Kingdom, British Overseas Territories, and Crown Dependencies that exist on 17/04/26 and which fall into one or more of the following categories: *Ministerial government departments *Non ministerial government departments *Executive agencies of government *Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs *Assembly Sponsored Public Bodies (ASPBs) *Police forces *Fire and rescue services *Ambulance services *Maritime and coastguard agency services *NHS bodies *Educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities *Hospices *National Parks *Housing associations, including registered social landlords *Third sector and charities *Citizens advice bodies *Councils,",
                "description": "Call-Off Contracts may be awarded using any one of the following methods outlined below. 1.Direct Award (Award Without Competitive Selection) 2.Rapid Request for Quote (Rapid RFQ) 3.Further Competition The ultimate responsibility for selecting the most appropriate and compliant route for a specific requirement rests with the Customer. The onus will be on the Customer to carry out their own due diligence before selecting which method to use. The Customer will determine the requirement, specification and award, based on the Most Advantageous Tender (MAT) Direct Award (award without a competitive selection): This Framework permits Direct Award, defined under the Procurement Act 2023 as awarding a Call-Off Contract without conducting a new competitive selection procedure. A Direct Award may only be used where the Customer can identify the Most Advantageous Tender (MAT) using only the information and scores submitted at Framework award, without requesting any new pricing, clarification, or qualitative information from Suppliers. Permitted Direct Award Methods Customers may use any of the following objective, pre-published Direct Award methods. The Customer must choose one method before reviewing Supplier capability for their requirement. 1. Overall Framework Ranking (Quality + Price Combined Score) The Customer awards the Call-Off Contract to the Supplier ranked highest overall at Framework award. If the highest-ranked Supplier cannot meet the requirement, the Customer must document the reason and move sequentially to the next ranked Supplier. We anticipate this to be the default Direct Award method. 2. Highest Total Quality Score The Customer may award to the Supplier that achieved the highest total quality score during Framework evaluation, where quality is the Customer's primary consideration. 3. Lowest Overall Price/Highest Commercial Advantage Award to the Supplier offering the lowest evaluated Framework price as submitted in Annex H. This method: *must use the original evaluated Price Schedule *must not use catalogue pricing or non-evaluated price lists *must not request revised or updated pricing If new pricing is required, this method is not suitable, and Customers must choose another method. 4. Highest Score in a Specific Evaluation Question Award to the Supplier with the highest score in a specific Framework evaluation question that directly relates to the Customer's requirement. This method may only be used where: *the question formed part of the Framework quality evaluation *scoring was completed by the Contracting Authority Catalogue pricing or non-evaluated price lists cannot be used to determine MAT. Where new pricing or new information is required, the Customer must conduct a competitive call-off selection process. Requirements for Direct Award Customers should retain an auditable record setting out: *the Direct Award method selected; *the objective rationale for that method; *the comparison or ranking used; *(if applicable) why a higher-ranked Supplier could not meet the requirement. Customers must not: *request revised or updated pricing *request new qualitative information *introduce new award criteria Transition to competitive call-off selection process If the Customer cannot objectively determine the MAT using only Framework-award information (e.g., new pricing is required, new service models are proposed, or qualitative responses are needed), the Customer must run a competitive call-off selection process. Competitive Call Off Selection Process: Rapid RFQ A Rapid RFQ is a streamlined competitive process appropriate for low-complexity or tightly defined requirements where essential criteria can be specified as Pass/Fail, and price acts as the ultimate determinant among compliant Suppliers. A Further Competition process is used where Customers carry out a competition for the award of a Call-Off Contract. A Further Competition is required where: *the Customer needs updated or new pricing *qualitative responses are needed *service proposals need tailoring *new information is required *the requirement is complex or high-value"
            }
        },
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-08-01T00:00:00+01:00",
                    "endDate": "2030-07-31T23:59:59+01:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 600000000,
                    "amount": 500000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-02-27T23:59:59+00:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "participationFees": [
            {
                "id": "ocds-h6vhtk-06116b",
                "type": [
                    "win"
                ],
                "relativeValue": {
                    "proportion": 0.01,
                    "monetaryValue": "award"
                }
            }
        ],
        "submissionMethodDetails": "https://csg.delta-esourcing.com/respond/5R9G4NYF4V",
        "submissionTerms": {
            "electronicSubmissionPolicy": "notAllowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-05-22T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-26T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "035239-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/035239-2026",
                "datePublished": "2026-04-17T14:08:53+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}