Costs Lawyer Services – Crown Commercial Service Framework
This Framework will provide costs law services to the Public Sector as detailed in the Contract Notice Authorised Customer List.
This framework replaces the previous (expired) Law Costs Draftsman Services (RM1675).
United Kingdom-Liverpool: Legal services
2019/S 063-146613
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
United Kingdom
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
NUTS code: UK
Address of the buyer profile: https://www.crowncommercialservice.bravosolution.co.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Costs Lawyer Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This framework will provide costs law services to the Public Sector as detailed in the Contract Notice Authorised Customer List.
This framework replaces the previous (expired) Law Costs Draftsman Services (RM1675).
The policy drivers supporting the development and procurement of this framework are to:
— provide buyers with a route to market compliant with EU regulations,
— offer a simplified agreement for both buyers and suppliers,
— be attractive to small-medium sized enterprises (SMEs), and
— achieve value for money.
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 24 months with option to extend for 2 periods of 12 months.
The supplier shall provide services to buyers in the jurisdictional area of England and Wales.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
General Costs Law Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 1 is for General Costs Law Services and covers costs services for both budgeted and non-budgeted work, for the receiving and paying party as required by the buyer at call-off.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
It is envisaged that a framework contract will be awarded to 7 suppliers for this lot.
The maximum number of suppliers for lot 1 of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position, the last position for lot 1 is 7th position.
II.2.1)Title:
Clinical Negligence Specialist Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 2 covers legal costing in relation to clinical negligence work. This lot covers services for both budgeted and non-budgeted work, for the receiving and paying party as required by the buyer at call-off.
The supplier shall support the delivery of the strategic objectives to reduce the rate of growth in claim costs and to reduce unnecessary costs attached to claims.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
It is envisaged that a framework contract will be awarded to 7 suppliers for this lot.
The maximum number of suppliers for lot 2 of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position, the last position for lot 2 is 7th position.
II.2.1)Title:
Security Clearance Specialist Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 3 will focus on proceedings involving sensitive information, where security clearance is required. This lot covers services for both budgeted and non-budgeted work, for the receiving and paying party as required by the buyer at call-off.
Suppliers shall have personnel with Security Clearance (SC) available to fulfil the requirements of this lot. Some buyers may request a higher level of clearance at call-off.
These personnel shall be available to work on-site or seconded to public sector organisations under this lot.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
It is envisaged that a framework contract will be awarded to 3 suppliers for this lot.
The maximum number of suppliers for lot 3 of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position, the last position for lot 3 is 3rd position.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender (“ITT”) registering for access.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
This procurement is being run under the “Light Touch Regime”, however CCS has chosen to observe a standstill period. The standstill period will commence after the framework contract places have been allocated.
The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this framework contract.
As part of this Contract Notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/69f28819-4195-42f1-965a-53e4a2510dae
1) Contract Notice transparency information for the agreement;
2) Contract Notice authorised customer list;
3) Rights reserved for CCS framework.
CCS considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) will not apply at framework level. However, it is the responsibility of bidders to take their own advice and consider whether TUPE is likely to apply, in particular circumstances of the call-off contract, and to act accordingly. The bidder is encouraged to carry out its own due diligence.
CCS reserves the right:
(i) not to award any Framework Agreement, as a result of the procurement process, commenced by publication of this notice;
(ii) in the event that there is a substantive challenge to the procurement, and such challenge is confined to a single lot, CCS reserves the right to the extent that it is lawful to do so to conclude a framework contract with the successful bidder(s) in respect of the lot(s) that have not been challenged; and
(iii) make whatever changes it may see fit to the content and structure of the tendering competition.
In no circumstances will CCS be liable for any costs incurred by the bidders.
Registering for access:
This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with potential providers. If you have recently registered on the BravoSolution portal 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.
To register, you will need to:
1) Go to the URL: https://crowncommercialservice.bravosolution.co.uk
2) Select the link “I am a new supplier user”;
3) Read and agree to the portal user agreement;
4) Complete the registration form, providing information including:
— the full legal name of your organisation,
— your company registration number,
— your DUNS number — a unique 9-digit number provided to organisations free of charge by Dun and Bradstreet,
— user and contact details.
Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.
Note: If you require additional users from your organisation to see the Invitation to Tender ITT, do not repeat the above process as this will create a new separate organisation account; instead the registered user can add additional users to the existing supplier organisation account via “User Management” > Manage Users” > “Users” > “Create”.
Expressing an interest:
To express your interest in this procurement:
1) Login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk
2) On the dashboard select the link ITTs open to all suppliers;
3) On the “ITTs Open to All Suppliers” webpage you will see one or more procurements listed, click on the procurement name you wish to access.
4) Click on Express Interest at the top of the next screen;
5) You can now access the published documents in the BravoSolution portal.
For assistance please contact the eSourcing Help-desk operated by BravoSolution by email at help@bravosolution.co.uk or call 08000698630
VI.4.1)Review body
N/A
United Kingdom
VI.5)Date of dispatch of this notice: