United Kingdom-Liverpool: Legal services

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-Liverpool: Legal services
OJEU (High Value) 325210-2020
Type Additional information (IC = AA changes and cancellations)
Date Published 2020-07-10
Deadline 2020-08-03 15:00:00
Nature Of Contract Service contract
Awarding Authority
Procedure Open procedure

Description :

Additional Information


Section I: Contracting authority

I.1) Name and addresses:
Official name: Crown Commercial Service
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: UK
Telephone: +44 3150103503
E-mail: supplier@crowncommercial.gov.uk
NUTS code: UK
Main address: https://www.gov.uk/ccs

Section II: Object of Contract


Title:
Trade Law Panel

Reference number: RM6183

II.1.4) Short description
Crown Commercial Service (CCS) intends to put in place a framework contract for the provision of specialist legal services for international trade law, to be utilised by UK Central Government Departments and associated bodies (Buyers) identified at VI.3).

This Framework will be the recommended vehicle for all International trade law services required by buyers. Its purpose is to complement existing government legal frameworks and specifically assist with international trade disputes and negotiations.

The Framework will be established for 4 years and comprises of:

Lot 1: (International Trade and Disputes)

Lot 2: (International Trade and Negotiations).

Appointed suppliers will provide legal services in respect of all the mandatory specialisms detailed in the specification and optional specialisms (if qualified to do so). Suppliers will provide services relating to domestic law of different jurisdictions. The full specification is set out in framework schedule 1 (Specification).


Section V: Complementary information


Section VI

Date of dispatch of this notice : 2020-07-06
Notice number in the OJ S 2020/S 128-314885


Changes

VI.3)
Additional information:
Old Value:

This procurement is being conducted under the Light Touch Regime (‘LTR’) and is therefore subject to limited regulation. It will be conducted in accordance with Regulations 74 to 76 of PCR 2015 and relates to the legal services which are listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) 2015 as a specific service.

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/1a6e923b-9f87-4465-8a2a-59bd1689fdf9

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this framework contract.

Please be advised that CCS does not consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (‘TUPE’) to be an issue in respect of this procurement as services are not provided at the framework level. At the Trade Law Panel Contract stage, CCS takes the view that TUPE is unlikely to apply. However, it is the responsibility of bidders to take their own advice and consider whether TUPE is likely to apply at the Trade Law Panel Contract stage and to act accordingly.

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. Bidders may be awarded a place on the framework contract but shall not enter into any call-off procedure and/or any Trade law panel contract with Buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by Cyber Essentials for services under and in connection with this procurement.

CCS and/or buyers reserve the right for an electronic auction to be held during the trade law panel contract stage among the parties to the framework contract(s). Electronic ordering and/or electronic invoicing and/or electronic payment may be used during the period of the framework contract and throughout the lifespan of any trade law panel contract.

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 help@eSourcingsolution.co.uk or call 0800 069 8630.

New Value:

This procurement is being conducted under the Light Touch Regime (‘LTR’) and is therefore subject to limited regulation. It will be conducted in accordance with regulations 74 to 76 of PCR 2015, and relates to the legal services which are listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) 2015 as a specific service.

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/81b81825-6175-491d-9373-7245c69320ae

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this framework contract.

Please be advised that CCS does not consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (‘TUPE’) to be an issue in respect of this procurement as services are not provided at the framework level. At the trade law panel contract stage, CCS takes the view that TUPE is unlikely to apply. However, it is the responsibility of bidders to take their own advice and consider whether TUPE is likely to apply at the trade law panel contract stage and to act accordingly.

On 2 April 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. Bidders may be awarded a place on the framework contract but shall not enter into any call-off procedure and/or any trade law panel contract with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by Cyber Essentials for services under and in connection with this procurement.

CCS and/or buyers reserve the right for an electronic auction to be held during the trade law panel contract stage among the parties to the framework contract(s). Electronic ordering and/or electronic invoicing and/or electronic payment may be used during the period of the framework contract and throughout the lifespan of any trade law panel contract.

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 help@eSourcingsolution.co.uk or call 0800 069 8630.

CPV Codes
79112000; 79140000; 79100000; 79111000; 79130000; 79110000; Legal representation services; Legal advisory and information services; Legal services; Legal advisory services; Legal documentation and certification services; Legal advisory and representation services;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.