Legal Panel for Government (LPG)

A Contract Award Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
4 year (est.)
Value
£820M
Sector
BUSINESS
Published
11 Dec 2025
Delivery
To 20 Nov 2029 (est.)
Deadline
n/a

Related Terms

Location

Liverpool

Geochart for 2 buyers and 1 suppliers

Description

Crown Commercial Service (CCS) as the Authority has 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 has awarded Lots 1, 2, 3, 4 and 5 as outlined below: 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.

Award Criteria
Quality 70.0
PRICE 30.0
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.

Award Criteria
Quality 80.0
PRICE 20.0
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.

Award Criteria
Quality 90.0
PRICE 10.0
5 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.

Award Criteria
Quality 80.0
PRICE 20.0
5 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.

Award Criteria
Quality 80.0
PRICE 20.0
6 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.

Award Criteria
Quality 80.0
PRICE 20.0
7 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.

Award Criteria
Quality 80.0
PRICE 20.0

Award Detail

1 See Contracts Finder Notice for Full Supplier List (Liverpool)
  • Num offers: 41
  • Value: £820,000,000

CPV Codes

  • 79100000 - Legal services
  • 98910000 - Services specific to international organisations and bodies

Indicators

  • Award on basis of price.

Other Information

The 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/d224702b-00c3-4e8a-839e-407d1f... 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.

Reference

  • FTS 081840-2025

Domains