Published date: 5 April 2023
Last edited date: 25 April 2023
This notice was replaced on 24 August 2023
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 24 August 2023)
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Legal services - 79100000
Location of contract
United Kingdom
Value of contract
£60,000,000
Procurement reference
RM6284
Published date
5 April 2023
Closing date
5 May 2023
Closing time
3pm
Contract start date
25 July 2023
Contract end date
24 July 2026
Contract type
Service contract
Procedure type
Open procedure (above threshold)
Any interested supplier may submit a tender in response to an opportunity notice.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
Yes
Description
Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement which will provide costs law services to the Public Sector.
This framework will consist 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 be established for 36 months with an option to extend for 1 further period of 12 months.
We are running this competition using the 'open procedure. This procurement is being 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.
More information
Previous notice about this procurement
- Future opportunity
- Published 20 January 2022
Attachments
-
- Attachment 1a Framework Schedule 1 - (Specification) v1.0.docx
- Bidding documents
-
- Attachment 1 About the Framework v1.0,docx.docx
- Bidding documents
-
- Attachment 3 Pricing Matrix v1.0 .xlsx
- Bidding documents
-
- Attachment 4 Information and declaration workbook v1.0.xlsx
- Bidding documents
-
- Attachment 5a Financial assessment template .xlsx
- Bidding documents
-
- Attachment 5b (Bronze) FVRA Tool v1.0.xlsx
- Bidding documents
-
- Attachment 6 Consortia details v1.0.xlsx
- Bidding documents
-
- Attachment 7 Key subcontractor details v1.0.xlsx
- Bidding documents
-
- Attachment 8 Frequently Asked Questions v1.0.xlsx
- Bidding documents
-
- Attachment 9 Intent to Guarantee v1.0.docx
- Bidding documents
-
- 2. Authorised Customer List RM6284.docx
- Bidding documents
-
- Attachment 10 Framework Contract Documents v1.0.zip
- Bidding documents
-
- Attachment 2 How to bid v 2.0.docx
- Bidding documents
-
- Attachment 2a Selection Questionnaire v3.0 (1).xlsx
- Bidding documents
-
- Attachment 5 Financial Viability Risk Assessment Instructions v3.0.docx
- Bidding documents
-
- Attachment 2a Selection Questionnaire v3.0 (1).xlsx
- Bidding documents
-
- Attachment 2 How to bid v 2.0 (1).docx
- Bidding documents
Links
-
- https://www.find-tender.service.gov.uk/Notice/010005-2023
- Contract notice
Additional text
-
As part of this contract notice the following documents can be accessed
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
On 2.4.2014 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 should 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs.
CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.
About the buyer
Contact name
The Minister for the Cabinet Office acting through Crown Commercial Service
Address
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
England
Telephone
+44 3150103503
supplier@crowncommercial.gov.uk
Website
Share this notice