Costs Lawyer Services 2 (Ангилья - Тендер #45368569) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 45368569 Дата публикации: 25-08-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
Results of the procurement procedure
Section I: Contracting entity I.1) Name and addressesThe Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
I.2) Joint procurementThe contract is awarded by a central purchasing body
I.4) Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activityGeneral public services
Section II: Object II.1) Scope of the procurement II.1.1) TitleCosts Lawyer Services 2
Reference number: RM6284
II.1.2) Main CPV code79100000
II.1.3) Type of contractServices
II.1.4) Short descriptionCrown Commercial Service (CCS) as the Authority has put in place a Pan Government Collaborative Agreement which will provide costs law services to the Public Sector.
This framework consists 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 run for 36 months with an option to extend for 1 further period of 12 months.
We ran this competition using the open procedure. This procurement was 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.
II.1.6) Information about lotsThis contract is divided into lots: Yes
II.1.7) Total value of the procurementValue excluding VAT: 60 000 000.00 GBP
II.2) DescriptionLot No: 1
II.2.1) TitleGeneral Costs Law Services
II.2.2) Additional CPV code(s)79100000
79110000
79111000
79112000
79130000
79140000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementLot 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. For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
II.2.5) Award criteriaQuality criterion: Quality / Weighting: 80
Price / Weighting: 20
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 2
II.2.1) TitleClinical Negligence Specialist Services
II.2.2) Additional CPV code(s)79100000
79110000
79111000
79112000
79130000
79140000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementThis lot provides all aspects of costs law and law costs draftsman services
in the support of clinical negligence claims brought against public sector
organisations
II.2.5) Award criteriaQuality criterion: Quality / Weighting: 80
Price / Weighting: 20
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 3
II.2.1) TitleSecurity Clearance Specialist Services
II.2.2) Additional CPV code(s)79100000
79110000
79111000
79112000
79130000
79140000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementThis lot provides all aspects of costs law and law costs draftsman services in the
support of legal disputes and legal litigation matters that require security
cleared fee earners and service providers.
II.2.5) Award criteriaQuality criterion: Quality / Weighting: 80
Price / Weighting: 20
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Section IV: Procedure IV.1) Description IV.1.1) Type of procedureOpen procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information IV.2.1) Previous publication concerning this procedureNotice number in the OJ S:
2023/S 000-010005
IV.2.9) Information about termination of call for competition in the form of a prior information noticeThe contracting authority will not award any further contracts based on the above prior information notice
Section V: Award of contractLot No: 1
A contract/lot is awarded: Yes
V.2 Award of contract V.2.1) Date of conclusion of the contract25/07/2023
V.2.2) Information about tendersNumber of tenders received: 16
Number of tenders received from SMEs: 5
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractorSee Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street. L3 9PP
Liverpool
L3 9PP
UK
NUTS: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: : 60 000 000.00 GBP
V.2.5) Information about subcontracting Section VI: Complementary information VI.3) Additional informationThe value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/a3850432-5196-4762-a249-30ac9ad4d6c4
1) Redacted Commercial Agreement
2) List of Successful Suppliers
3) Approved Customer list
4) Transparency Agenda
On 02/04/2014, 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 were required to 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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. For Lot 3, 4 suppliers were awarded a place as opposed 3 places which was was originally stated in the Contract Notice that was published on 5 April 2023.
VI.4) Procedures for review VI.4.1) Review bodyThe Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: https://www.crowncommercial.gov.uk/
VI.4.2) Body responsible for mediation proceduresThe Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
VI.5) Date of dispatch of this notice24/08/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | supplier@crowncommercial.gov.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 79140000 | Legal advisory and information services | Legal services |
| 79110000 | Legal advisory and representation services | Legal services |
| 79111000 | Legal advisory services | Legal advisory and representation services |
| 79130000 | Legal documentation and certification services | Legal services |
| 79112000 | Legal representation services | Legal advisory and representation services |
| 79100000 | Legal services | Business services: law, marketing, consulting, recruitment, printing and security |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |