Legal Panel for Government (LPG)
A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- 4 year
- Value
- £820M
- Sector
- BUSINESS
- Published
- 19 Feb 2025
- Delivery
- To 11 Mar 2029 (est.)
- Deadline
- 01 Apr 2025 14:00
Concepts
Location
United Kingdom: Not Mandatory
1 buyer
Description
Crown Commercial Service (CCS) as the Authority intends to put in place a Framework Agreement for the provision of Legal Services to be utilised by central government departments including associated arm’s length bodies (ALBs). It is intended that this commercial agreement will be the recommended vehicle for all legal services required by central government departments and their ALBs. The Framework Agreement will have 7 Lots: Lot 1 - Core Legal Services Lot 2 - Major Projects and Complex Advice Lot 3 - Finance and High Risk / Innovation Lot 4a - Trade and Investment Negotiations Lot 4b - International Trade Disputes Lot 4c - International Investment Disputes Lot 5 - Rail Legal Services
Lot Division
1 | Core Legal Services
Lot 1 requires a full-service capability across a wide range of mandatory legal specialisms to meet the government's core legal service demands. It is designed to support buyers by providing general legal advice necessary for project delivery and addressing various legal issues. Additional information: The number of places on the Framework Agreement for this Lot is 10. The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement. Award Criteria
| ||||
2 | Major Projects and Complex Advice
Lot 2 covers Major Projects and Complex Advice , requiring suppliers to manage high-risk, innovative initiatives with multiple priorities across a wide range of mandatory legal specialisms, including Litigation. Suppliers must navigate evolving project lifecycles, proactively addressing risks and advising on new or existing policies where established solutions may not yet exist. Additional information: The number of places on the Framework Agreement for this Lot is 8. The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement. Award Criteria
| ||||
3 | Finance and High Risk / Innovation
Lot 3 covers the highest-risk and most complex legal matters across a wide range of mandatory legal specialisms, including groundbreaking projects, major regulatory challenges, large-scale infrastructure programs, and high-value litigation. It also encompasses intricate finance and capital markets work, such as international capital markets, asset finance, restructuring, and insolvency. Additional information: The number of places on the Framework Agreement for this Lot is 6. The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement. Award Criteria
| ||||
4 | Trade and Investment Negotiations
Lot 4a covers legal advice on negotiating and implementing trade and investment agreements, ensuring compliance with international law, including WTO regulations, free trade agreements, international treaties, and EU law. Work includes drafting UK treaty text, supporting negotiations, analysing UK obligations, and providing treaty-related legal guidance on trade and investment. Additional information: The number of places on the Framework Agreement for this Lot is 6. The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement. Award Criteria
| ||||
5 | International Trade Disputes
Lot 4b provides legal advice and support for international trade disputes, representing the UK government in both offensive and defensive cases. It covers all stages of dispute resolution, WTO procedural rules, litigation strategy, and substantive legal issues, drawing on extensive experience in WTO and free trade agreement litigation. It also includes guidance on trade remedies and related investigations. Additional information: The number of places on the Framework Agreement for this Lot is 6. The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement. Award Criteria
| ||||
6 | International Investment Disputes
Lot 4c provides legal advice and support for treaty-based international investment disputes, representing the UK government in investor-State and inter-State proceedings. It covers all stages of dispute resolution, including written and oral advocacy, risk assessment for policy development, and managing disputes under the UK’s investment treaties. This work spans diverse economic sectors and technical areas, often involving high-sensitivity or public interest matters. Additional information: The number of places on the Framework Agreement for this Lot is 9. The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement. Award Criteria
| ||||
7 | Rail Legal Services
Lot 5 provides specialist legal services for the rail industry, requiring in-depth knowledge of its regulatory framework. It recognises the unique nature of rail law and its critical role in supporting national transport objectives. Additional information: The number of places on the Framework Agreement for this Lot is 8. The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement. Award Criteria
|
Renewal Options
The initial duration of the Framework is 3 years, with an option to extend for 1 year CCS reserve the right to extend lots by varying durations
CPV Codes
- 79100000 - Legal services
- 79110000 - Legal advisory and representation services
- 79111000 - Legal advisory services
- 79112000 - Legal representation services
- 79130000 - Legal documentation and certification services
- 79140000 - Legal advisory and information services
- 98910000 - Services specific to international organisations and bodies
Indicators
- This is a one-off contract (no recurrence)
- Renewals are available.
- Professional qualifications are sought.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/4ed350b9-9bbc-49b0-bd18-d2e93b... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that the Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or providing certain ICT products/services. The 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 Plus, 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. In each Lot, CCS reserves the right to award a framework contract to any bidder whose final score is within 1% of the last awarded position. 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 the Public Contract Regulations 2015, and relates to the legal services which are listed in Schedule 3 of the Public Contracts Regulations 2015 as a specific service. 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
Reference
- ocds-h6vhtk-043cb5
- FTS 005959-2025