This prior information notice is to signal an intention to commence market engagement with those within the legal market.
Crown Commercial Service intends to hold market engagement sessions during April 2020 with suppliers interested in potentially bidding for the resulting panel contract. If you are interested in attending a market engagement session please express your interest by emailing supplier@crowncommercial.gov.uk no later than midday on 13.3.2020. Further details will be provided to you.
Your email must clearly state: the name of your organisation, and contact details for the individual(s) who will participating in the market engagement.
Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is [https://crowncommercialservice.bravosolution.co.uk].
Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.
The value in II.1.5) is an indicative value over 6 years (assuming a 4 year term with call-off contracts for a further 2 years).
The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming Crown for updates and monitor tenders electronic daily for the publication of the OJEU contract notice.
The cyber essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further 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 properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.
To participate in this procurement, bidders will be required to demonstrate that they are cyber essentials plus certified or equivalent for the services under and in connection with the procurement.
The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the cyber essentials plus scheme or equivalent for services under and in connection with this procurement.
The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of official/sensitive. Bidders will be required to implement their solution in accordance with the RM6204 Schedule, ‘Security Requirement and Plan’, to meet RM6204 requirements. This will be released at the ITT stage.
We also intend to require the following ISO standards as part of this procurement, detailed here for information:
— ISO 9001 Quality management systems or equivalent,
— ISO/IEC 27001 Information security management systems or equivalent,
— ISO/IEC 27002:2013 Information technology – security techniques – code of practice for information security controls,
— ISO/IEC 27031 Information technology – security techniques – guidelines for information and communication technology readiness for business continuity or equivalent,
— ISO/IEC 22301:2019 Business continuity management or equivalent, and
— ISO/IEC 22313 Societal security – business continuity management systems – guidance or equivalent.