EDisclosure and Review Services – Government and Public Sector Framework
Crown Commercial Service as the authority intends to put in place a pan government collaborative agreement for the provision of eDisclosure and Review Services for use by the UK Public Sector Buyers.
United Kingdom-Liverpool: Data services
2020/S 228-563033
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
NUTS code: UK UNITED KINGDOM
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
Telephone: +44 3150103503
Internet address(es):
Main address: https://www.gov.uk/ccs
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
EDisclosure and Review Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Crown Commercial Service (CCS) as the authority intends to put in place a pan government collaborative agreement for the provision of eDisclosure and Review Services for use by the UK Public Sector Buyers identified at VI.3).
The services provided are based upon the Electronic Discovery Reference Model (EDRM) and requirements of part 31 of the Civil Procedure Rules (CPR).
The lot based structure of this framework contract spans a wide and diverse customer base and require a variety of specialist services encompassed by the EDRM, but broadly some or all of the following eight (8) stages: strategic oversight, advice and support; document identification; document preservation and collection; document processing; document review; document production; disclosure from other opponent parties; and presentation at trial.
The services within the scope of this framework have been divided into four lots.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1: Simple Low Volume Work Service Package for Documents and Data with a Security Classification Up to ‘Official’ (and including ‘Official Sensitive’)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
Provision of eDisclosure Services in respect of an overall initial dataset (pre-processing) of no more than 5 GBs Electronically Stored Information (‘ESI’) plus no more than 1 750 pages of hardcopy documents. The exercise will comprise the processing of one tranche of data (applying one set of date ranges and search terms), provision of a review platform, one production and potentially the loading and review of the other side’s data only.
Including all mandatory requirements that specifically relate to lot 1, as detailed in Framework Schedule 1 (Specification):
— document processing,
— document review,
— document production,
— disclosure from other opponent parties,
— security requirements.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
TBC.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
The framework term will be for 36 months, with the option to extend for a further 12 months at the discretion of CCS.
A framework contract will be awarded to three bidders for this lot. The maximum number of bidders may increase where two or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 1 % of the last position of this lot.
II.2.1)Title:
Lot 2: End to End Service Package for Documents and Data with a Security Classification Up to ‘Official’ (and including ‘Official Sensitive’)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of an end to end service package for documents and data with a security classification up to ‘Official’ (and including ‘Official Sensitive’)
Including all mandatory requirements that specifically relate to lot 2, as detailed in Framework Schedule 1 (Specification):
— strategic oversight, advice and support,
— document identification,
— data preservation and collection,
— document processing,
— document review,
— document reviewers,
— document production,
— disclosure from other opponent parties,
— presentation at trial,
— security requirements.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
TBC.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
The framework term will be for 36 months, with the option to extend for a further 12 months at the discretion of CCS.
A framework contract will be awarded to five bidders for this lot. The maximum number of bidders may increase where two or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 1 % of the last position of this lot.
II.2.1)Title:
Lot 3: Document Reviewers for Documents and Data with a Security Classification up to ‘Official’ (and including ‘Official Sensitive’)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Supplier shall be able to provide all mandatory requirements that specifically relate to lot 3, as detailed in Framework Schedule 1(a):
— document reviewers,
— security requirements.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
TBC.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
The framework term will be for 36 months, with the option to extend for a further 12 months at the discretion of CCS.
A framework contract will be awarded to five bidders for this lot. The maximum number of bidders may increase where two or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 1 % of the last position of this lot.
II.2.1)Title:
Lot 4: End to End Service for Documents and Data with a Security Classification up to and including ‘Secret’ and ‘Top Secret’
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of an end to end service for documents and data with a security classification up to and including ‘Secret’ and ‘Top Secret’.
Including all mandatory requirements that specifically relate to lot 4 as detailed in Framework Schedule 1 (Specification):
— strategic oversight, advice and support,
— document identification,
— data preservation and collection,
— document processing,
— document review,
— document production,
— disclosure from other opponent parties,
— presentation at trial,
— security requirements.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
TBC.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
The framework term will be for 36 months, with the option to extend for a further 12 months at the discretion of CCS.
A framework contract will be awarded to three bidders for this lot. The maximum number of bidders may increase where two or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 1 % of the last position of this lot.
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:
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/b5a8d6f7-ca35-488d-9f73-6a142af09850
1) contract notice — authorised customer list;
2) OJEU contract notice reserved rights for Crown Commercial Service framework agreement procurement;
3) OJEU contract notice transparency information for Crown Commercial Service framework agreement.
The value provided at II.1.5) and the lot values are only an estimate. We cannot guarantee to suppliers any business through this framework.
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.
Please note:
All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by accreditation bodies other than IASME.
On 30 June 2021, any certificate issued under the old scheme will expire.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
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 08000698630.
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.
VI.4.1)Review body
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
VI.5)Date of dispatch of this notice: