04/06/2015
This Update contains brief details of recent key developments relevant to those involved in procurement work.
If you have been forwarded this update by a colleague and would like to receive it direct please email Claire Booth.
All links are correct at the date of publication.
In this update:
- CCS Policy Procurement Notes
- Crown Commercial Service Procurement Guidance on the Public Contracts Regulations 2015
- Other policy and guidance
- Legislation
- Consultations
- Cases – UK
- Cases – EU
- News
Crown Commercial Service Procurement Policy Notes (PPNs)
PPN 03/15: Reforms to make public procurement more
accessible to SMEs
Guidance on reforms which are implemented in Part 4 of the new
Public Contracts Regulations 2015. They include:
- removing a pre-qualification stage for procurements below the EU thresholds;
- a requirement for contracting authorities to include provisions to ensure prompt payment through the supply chain; and
- a requirement to advertise public sector opportunities in one place (Contracts Finder)
The Regulations will, primarily, come into force on 26 February 2015. (18 February 2015)
PPN 04/15: taking account of suppliers’ past
performance
This PPN incorporates new Public Contracts Regulations 2015
requirements and sets out how Government ensures that suppliers’
past performance is taken into account in certain procurements.
This PPN applies from 1 April 2015 for all in-scope stand-alone
public contracts and framework agreements (as set out in paras.5
and 6 of the note) for which a contract notice has not yet been
published in the OJEU. (25 March 2015)
PPN 05/15: Prompt payment and performance
reporting
Sets out what central government departments, including their
Executive Agencies and Non Departmental Public Bodies, must do to
comply with the requirements. It also restates the policy on prompt
payment for central government (PPN 08/10). (27 March 2015)
PPN 06/15: sustainable skills development through
major projects
This policy aims to support growth by building a more skilled and
productive workforce, reducing the risks of supply constraints and
increased labour cost inflation. (27 March 2015)
PPN 07/15: Open standards for technology
This note provides information on:
- government policy on open standards principles for software interoperability, data and document formats;
- open standards that have been selected for use across government; and
- practical guidance on specifying one of the Government’s selected standards, Open Document Format (ODF), within procurement for office productivity software.
It replaces PPN 09/11 on using open standards when specifying IT requirements. (27 March 2015)
PPN 08/15: Tax arrangements of appointees
Guidance for departments, their Executive Agencies and Non
Departmental Public Bodies to help them seek assurance about the
tax arrangements for their public appointees. This note replaces
PPN 07/12 (Tax arrangements of public appointees) issued on 24
August 2012. This reflects the withdrawal by HM Revenue and
Customs, with effect from 6 April 2015, of business entity tests
referred to in the earlier note. (27 March 2015)
PPN 09/15: Requirements for contracting authorities
to assist with procurement investigations
This PPN explains the new statutory requirements on contracting
authorities to comply with Mystery Shopper procurement
investigations. The statutory requirements are set out in s.40 of
the Small Business Enterprise and Employment Act 2015 (SBEE).
The requirement to comply with a Mystery Shopper investigation
applies to all contracting authorities covered by the Public
Contracts Regulations 2015, which includes local authorities,
registered providers and NHS bodies. There is a carve out for
central government departments, their arms-length bodies and non
departmental bodies but they are still expected to comply with
Mystery Shopper service investigations through normal
interdepartmental cooperation. There are some limited exceptions
for bodies exercising devolved functions, schools and academies and
the procurement of health services for the purpose of the NHS.
The PPN explains that the Mystery Shopper service will ask
contracting authorities to respond to their enquiries as soon as
possible, usually within two weeks. This is initial request is not
a statutory notice. If the authority fails to respond or
fails to assist the Mystery Shopper team then the team may issue a
formal statutory notice under section 40 SBEE. There is no
specified form for that notice but contracting authorities must
comply within 30 days of the day when the notice is given. (1 June
2015)
Crown Commercial Service Procurement Guidance on the Public Contracts Regulations 2015
The Crown Commercial Service (CCS) has issued guidance notes and statutory guidance on various aspects of the Public Contracts Regulations 2015. The current versions of the notes and statutory guidance can be downloaded from the CCS transposition page. Short summaries of the information published to date are set out below:
Public Contracts Regulations 2015 – Statutory
guidance for contracting authorities and suppliers on paying
undisputed invoices in 30 days down the supply chain
Statutory guidance, issued under reg.113 of the Public Contracts
Regulations 2015, relates to the payment of valid and undisputed
invoices within 30 days. (13 May 2015)
Public Contracts Regulations 2015 – New
requirements relating to pre qualification questionnaires to help
businesses access public sector contracts
Statutory guidance on qualitative selection for above EU threshold
procurements. Contracting authorities must have regard to this
guidance for all new procurements that commence from 26 February
2015, when the new regulations come into force. It recommends that
all public sector bodies subject to this guidance should adopt the
set of standardised selection questions when assessing supplier
suitability for providing goods and services. (27 February
2015)
Guidance on the new transparency requirements for
publishing on Contracts Finder
This guidance applies to new procurements from the day upon which
the Public Contracts Regulations 2015 come into force. It gives
guidance on the requirement on contracting authorities to ensure
that any new procurement opportunities, above specified thresholds,
are published on Contracts Finder. (27 March 2015)
- A brief guide to the EU Public Contracts Directive: updated (25 February 2015)
- Guidance for completion of Public Procurement Regulations 2015 forms and notices in the transition period before SIMAP forms are available (27 February 2015)
- Public Contracts Regulations 2015: guidance on the new light touch regime for health, social education and certain other service contracts (5 March 2015)
- Guidance on amendments to contracts during their term (24 March 2015)
- Guidance on awarding contracts (27 March 2015)
- Guidance on the standstill period (27 March 2015)
- Dynamic Purchasing System guidance (27 March 2015)
- Guidance on Framework Agreements (27 May 2015)
Other policy and guidance
Cabinet Office: Social Value Act review
This review examines how the Public Services (Social Value) Act
2012 has been performing in its first two years. It finds that the
Act is having a positive effect where it is taken up, and that it
has clear potential to act as a tool for smarter procurement given
the right application. The review also makes recommendations around
how to further develop the social value agenda and to move the Act
into its next phase of implementation. The report includes case
studies, practical guidance on how to apply the Act, and a
framework and principles for measurement. The Social Value Act
requirements apply to service contract, including light regime
service contracts, above the EU thresholds of £111,676 / £172,514.
(13 February 2015)
DH: Procurement transparency
Updated guidance to all NHS Foundation and Non-Foundation trusts on
the actions to be taken to increase openness and clarity about NHS
procurement. (26 March 2015)
DH: NHS terms and conditions for the supply of
goods and the provision of services: guidance
Updated guidance on:
- the NHS Terms and Conditions for the Supply of Goods (Contract Version), the NHS Terms and Conditions for the Provision of Services (Contract Version), and the combined NHS Terms and Conditions for the Supply of Goods and the Provision of Services (Contract Version);
- the NHS Terms and Conditions for the Supply of Goods (Purchase Order Version) and the NHS Terms and Conditions for the Provision of Services (Purchase Order Version); and
- the NHS Framework Agreement for the Supply of Goods and the NHS Framework Agreement for the Provision of Services.
(26 March 2015)
DfE: Effective buying for your school
Updated departmental advice for school leaders, school staff and
governing bodies of local authority maintained schools. The advice
outlines basic rules of procurement, which aim to ensure that
public funds are spent openly and fairly. It also aims to protect
schools against legal challenges, financial penalties and
reputation damage. (12 May 2015)
DCLG: Revised Best Value statutory guidance
Sets out some reasonable expectations of the way in which Best
Value authorities should work with voluntary and community groups
and small businesses when facing difficult funding decisions. It
gives a new, clear prominence to requirements on dealing with the
voluntary and community sector and small businesses, helps build
the confidence of these organisations in holding public agencies to
account, and is explicit about the scope for Best Value authorities
to consider social value in their functions, as required by the
Public Services (Social Value) Act 2012. It also includes a new
requirement for authorities not to commission services from, give
grants to, or sell assets to individuals or organisations which are
considered extremist. The Government’s Extremism Analysis Unit will
produce separate guidance on conducting due diligence to check for
extremism in due course. (27 March 2015)
Legislation
Public Contracts Regulations 2015 (SI
2015/102)
These regulations, which mainly come into force on 26 February
2015, implement the Public Procurement Directive 2014/24 in
England, Wales and Northern Ireland, which provides modernised
rules for the procurement of goods, services and works above
certain thresholds by public authorities. The regulations also
re-enact the relevant provisions of the Remedies Directives 89/665
(as amended) on remedies and review procedures for public
procurement. They revoke and replace SI 2006/5. (5 February
2015)
For a detailed summary of the regulations see Bevan Brittan's Byte size procurement update 15:
Public Contracts Regulations 2015 published.
Bevan Brittan byte size procurement updates
We have published six further "byte size" legal updates, in which
we look at Directive 2014/25/EU and the Public Contracts
Regulations 2015 and deconstruct them in a topic based approach.
These bytes cover:
15: Public Contracts Regulations 2015 published
16: Advertising on Contracts Finder - EU contracts
17: Advertising on Contracts Finder - contracts below the EU
thresholds
18 Part 1: Regulation of qualitative selection for EU
contracts
18 Part 2: Abolition of the pre-qualification stage for low value
contracts
19: Regulation 84 reports and other reporting and document
requirements.
We have also published updated Bytes 1 to 15, to include references to the Public Contracts Regulations 2015.
Small Business, Enterprise and Employment Act
2015
Part 3 of this Act deals with public sector procurement and is now
in force. Article 39 gives wide ranging powers to the Minister for
the Cabinet Office or the Secretary of State to issue regulations
imposing duties on contracting authorities in relation to their
procurement functions. Article 40 places the Cabinet Office Mystery
Shopper investigation service on a statutory footing.
DBIS has published a fact sheet on how it intends to use the Act's
regulation-making power in s.39 to impose duties on contracting
authorities and explaining the investigative powers. It has also
issued a policy statement on s.39 and illustrative draft regulations. (26 March
2015)
Consultations
European Commission: Consultation on remedies in
public procurement
Seeks views on the effectiveness of the provisions of the Remedies
Directive 2007/66. The Commission must report to the European
Parliament and to the Council on the effectiveness of the Remedies
Directive, in particular of the alternative penalties and time
limits. Also Directive 2007/66 must undergo an evaluation in 2015,
to assess the functioning of the provisions introduced by it. The
consultation closes on 20 July 2015. (24 April 2015)
Cases – UK
R (Gottlieb) v Winchester City Council; Silverhill
Winchester No 1 Ltd (Interested Party) [2015] EWHC 231 (Admin)
(Admin Ct)
Unlawful variations to a development agreement
This case related to a development agreement between Winchester
City Council and a developer which was concluded in 2004 without an
EU compliant competition. The opportunity should have been
advertised as a works concession contract but by the time of G's
claim it was too late to challenge the original (lack of)
procurement process. The agreement related to the development of an
area in Winchester city centre including retail and residential
development as well as car parking, a new bus station and public
square. G was a resident of Winchester, a council tax payer, a
local councillor and leader of a campaign opposing the development
scheme. G applied for judicial review of the Council's decision to
authorise variations to the development agreement to remove
affordable housing, replace the bus station with an on-street bus
exchange and remove certain civic amenities. The grounds of
challenge were that the variations were materially different from
the original contract and changed the economic balance in favour of
the developer.
The court first considered whether G had sufficient standing to
bring the claim and concluded that he did have standing. G
was successful in his judicial review application. The court held
that that the variations to development agreement, taken as a
whole, resulted in a contract which was materially different in
character from that which was originally concluded. The changes
were such as to demonstrate the intention of the parties to
re-negotiate the essential terms of the contract. Whilst the
subject-matter of the development agreement remained the same, the
terms had become a significantly more attractive commercial
proposition for a potential bidder. It was not necessary for the
claimant to point to an actual bidder who would have applied for
the varied proposition; it was enough to show that a realistic
hypothetical bidder would have applied for the varied contract. The
court confirmed that in the context of a works concession contract,
economic benefit was not to be assessed just on the basis of the
financial terms between the Council and the developer. Potential
profits from third party contracts also fell within that
assessment. The court was of the view that the more favourable
terms would have enabled other realistic bidders to bid, because of
the reduced costs and increased opportunity for profit. The Council
could not rely on the broadly drafted variation provisions to
justify the agreed changes. The decision by the Council to
authorise variations to the development agreement, without carrying
out a procurement process as required by Directive 2004/18 and the
Public Contracts Regulations 2006, was unlawful. (11 February
2015)
Note: At the time of the case it was decided that
as the 2014 Directive had not been implemented in the UK, the
question whether or not the variations required a new procurement
procedure were to be determined by reference to the case law
(rather than the new regulations on modifications to contracts
contained in Article 72 of the 2014 Directive).
Solent NHS Trust v Hampshire CC [2015] EWHC 457
(TCC)
Application to lift an automatic suspension
granted
Solent NHS Trust ("Solent") was the incumbent provider of substance
misuse recovery services. Solent was second placed in a tender run
by the Council for county-wide integrated provision of those
services, a contract worth £40m and due to start on 1 April 2015.
Solent challenged the Council's decision to award the contract to a
competitor, arguing a breach of the Public Contracts Regulations
2006. This triggered the automatic suspension of the award. The
Council applied for the automatic suspension to be lifted.
The court granted the application. The court confirmed that in
deciding whether or not to lift the suspension the American
Cyanamid test applied: the court had to decide whether: (1) there
was a serious question to be tried (the Court concluded that there
was); (2) whether Solent would be adequately compensated by an
award of damages (the Court concluded that it would be given that
Solent's anticipated profit was identified in its tender; and (3)
whether on the balance of convenience the suspension should or
should not remain in place. In this case the court concluded that
the balance of convenience test was in favour of the suspension
being lifted immediately. The Council gave evidence that the new
contract would deliver significant improvement to the existing
service. Lifting of the automatic suspension was in the
interests of vulnerable users who may suffer if the suspension was
maintained and damages were an adequate remedy for the claimant.
There was no evidence that the lifting of the suspension would
materially impact upon its reputation. Whilst Solent had
argued that the TUPE transfer of staff would affect the viability
of other projects, the court was unpersuaded of this on the
evidence. (26 February 2015)
Heron Bros Ltd v Central Bedfordshire Council [2015] EWHC
604 (TCC)
Claim form which was out of time
This case concerned the award of a contract for the construction of
a leisure centre. Heron Brothers issued a claim for damages and a
declaration of ineffectiveness of the contract. The Council applied
to strike out Heron Brother's procurement challenge on the ground
that the claim form was not served within the prescribed time
limit.
Under reg.47F(1) of the Public Contracts Regulations 2006, a claim
form must be served within seven days of the day on which the claim
was issued and there is no power to extend the time for service of
the claim form. Heron Brothers sent the Council a draft claim form
and particulars of claim before it was issued by the court. Heron
Brothers sent the Council a copy of the letter to the court, sent a
few days later, enclosing the claim form for issuing and
sealing but it did not send the sealed and issued documents to the
Council. The court posted copies of the issued and sealed documents
to the Council but those did not arrive until 11 days after the
claim was issued and sealed by the Court.
The court refused the Council's application to strike out the
challenge on the ground that the claim form was not served within
the prescribed time limit. The Court pointed out a potential
conflict in the wording of reg.47F and adopted a purposive
approach. It held that, in the circumstances of this case,
service of the unsealed, draft claim form did constitute
proper service. In all the circumstances, it was fair and
proportionate, as well as being in accordance with the overriding
objective of the court procedure rules, to cure the "irregularity"
so that these proceedings could be regarded as having been properly
brought. (20 March 2015)
Edenred (UK Group) Ltd v HM Treasury [2015] EWCA Civ 326
(CA)
Provision of services between government
bodies
This case concerned an arrangement for the administration of the
Government’s new scheme for support of working parents, Tax Free
Childcare. HM Treasury and HMRC entered into a memorandum of
Understanding with NS&I for NS&I to deliver the scheme. E
challenged this decision, arguing that the arrangements fell within
the public procurement regime and so should have been subject to
competitive tendering. They also argued that the arrangements
involved a material change to an existing outsourcing contract
between NS&I and so required a new tendering procedure). The
High Court rejected E's claim and the Court of Appeal dismissed
their appeal. (31 March 2015)
The case has now been heard by the Supreme Court but judgment has
not yet been handed down. We will send out a note when the Supreme
Court's decision is published.
Bristol Missing Link Ltd v Bristol City Council [2015]
EWHC 876 (TCC)
Lifting of automatic suspension
BMLL was the incumbent provider of domestic violence and abuse
support services. BMLL were unsuccessful in a tender run by the
Council for a new contract for those services. BMLL challenged the
Council's decision to award the contract to a competitor, arguing a
breach of the Public Contracts Regulations 2006. This triggered the
automatic suspension of the award. The Council applied for the
automatic suspension to be lifted.
The court refused the application. It rejected the Council's
argument that there was no serious case to be tried and was
critical of the Council's approach to disclosure of documents in
the run up to the hearing. The court applied the balance of
convenience test and concluded that the advantages to the Council
if the suspension was lifted were either non-existent or
negligible, while the disadvantages to BMLL were fundamental. The
court confirmed that the suspension would remain in force until
after the expedited hearing. (1 April 2015)
Leisure services provider and council settle
dispute over £120m procurement
Local Government Lawyer
reports that Wealden Leisure Ltd has settled its claim against Mid
Sussex DC under Art. 56 TFEU and s.2 of the European Communities
Act 1972 regarding the Council's award of a concession
contract.
Cases – EU
Azienda Ospedaliero-Universitaria di Careggi-Firenze v
Data Medical Services (C-568/13)
Exclusion of
specified types of organisation from tendering and subsidised
contracts
This case was a request for a preliminary ruling from the ECJ made
by an Italian review body. The case concerned an award procedure by
the Region of Lombardy covered by Services Directive 92/50. The
contract was for the procurement of data processing services in the
health sector.
The first ranked tender was submitted by Azienda. Azienda was a
university hospital, which provided non-profit-making services but
also operated on the market. The price submitted by the Azienda
consortium was 59% lower than the next lowest tender, submitted by
Data Medical Services. The contracting authority investigated the
first ranked tender on the basis that it appeared abnormally low.
After doing so it decided to award the contract to Azienda. Data
Medical Services challenged the award decision.
The Italian review body decided that, under Italian law which
defined which organisations could and could not participate in a
tender process, Azienda should not have been permitted to tender
for the contract, and that EU law did not give it a right to do so.
The decision of the Italian review body was then appealed.
The Italian Appeal Court referred a number of questions to the ECJ.
One question was whether EU law allows public entities that receive
public funding to be excluded from award procedures covered by the
procurement directives. The ECJ concluded that such entities may
not be excluded. The ECJ was of the view that all entities that are
permitted to carry out activities on the market in general be
allowed participate in public sector award procedures.
The ECJ also considered whether it is permitted to reject a tender
where it is effectively subsidised by public funds. The ECJ
confirmed that this is possible to reject a tender when the funding
in question constitutes unlawful state aid. The ECJ also seemed to
indicate that the tender can be rejected even when the subsidy is
not unlawful state aid, but this is not entirely clear.
The ECJ commented that the fact that there are no measures (such as
separate accounts for the tenderer’s market and non-market
activities) that make it possible to establish whether state
funding is being used for the tender, does not of itself mean that
the contracting authority can conclude that the tender is
subsidised – the contracting authority must determine this on the
facts of each case before rejecting the tender. (18 December
2014)
Generali-Providencia Biztosító Zrt v Közbeszerzési Hatóság
Közbeszerzési Döntőbizottság (C-470/13)
Exclusion
from procurement procedure for violation of competition
rules
This case was a request for a preliminary ruling from the ECJ made
by a Hungarian court. The case concerned a contract for the
provision of insurance services. The value of the contract was
below the threshold of the relevant procurement directive. Generali
submitted a tender but was then excluded from the procurement
procedure. It was excluded on the grounds that five years earlier
it had infringed Hungarian competition rules. The infringement
related to vertical agreements with car dealers and car insurance
broker. Generali had been fined for the violation. Generali
challenged the decision to exclude it from the procurement
procedure. The Hungarian court referred the matter to the
ECJ, seeking to establish whether the exclusion was compatible with
EU law.
The ECJ concluded that exclusion for violating competition law
rules is generally compatible with the Treat. It also held that
such an exclusion is permitted under Public Sector Directive
2004/18 on the ground of “grave professional misconduct". (18
December 2014)
eVigilo Ltd v Priešgaisrinės apsaugos ir gelbėjimo
departamentas prie Vidaus reikalų ministerijos (C 538/13)
Conflicts of interests and bias
This case was a request for a preliminary ruling from the ECJ made
by a Lithuanian review body. The case concerned an open procedure
covered by Public Sector Directive 2004/18 for purchase of a system
for warning and informing the public using mobile telephone
infrastructure. eVigilo, an unsuccessful tenderer, challenged the
award on various grounds.
One complaint concerned the issue of conflicts of interest and
bias. eVigilo claimed that there were conflict of interest and bias
on the part of the contracting authority’s experts. This was based
on the fact that the specialists referred to in the winning tender
were university colleagues of three of the six experts who drew up
the tender documents and evaluated the tenders on behalf of the
contracting authority.
The ECJ stated various rules relating to the issue of bias in the
context of the Procurement Directives. The key points can be
briefly summarised as follows:
- Member States may treat a procurement decision as unlawful even if it is not shown that the decision-makers who had a conflict of interest were actually biased or if any bias had no actual effect on the decision.
- There is a general duty on national authorities to take appropriate measures to prevent and detect conflicts of interest and take appropriate measures to remedy them when found.
- When a tenderer presents objective evidence of a conflict of interest the contracting authority has a duty to examine the issue. Where appropriate, the contracting authority must request the parties to provide certain information and evidence.
- The burden of proof in deciding when bias exists is on the contracting authority, not the economic operator who complains.
Another issue addressed relating to the time limit for bringing
proceedings. In this regard the Court confirmed that time may begin
to run only once the tenderer knows or should have known of the
violation.
The third complaint concerned permitted award criteria. In this
respect the Court indicated that it is permitted to use as an award
criterion “how comprehensively tenderers have demonstrated that
their tenders satisfy the requirements of the tendering documents”.
(12 March 2015)
Ambisig - Ambiente e Sistemas de Informação Geográfica SA
v Nersant - Associação Empresarial da Região de Santarém and Núcleo
Inicial - Formação e Consultoria Lda (C-601/13)
Use of award criteria –experience of team and
qualifications
This case was a request for a preliminary ruling from the ECJ made
by the Portuguese Supreme Administrative Court. The case concerned
a contract for training and consultancy services which was subject
to the Public Sector Directive 2004/18 (the Directive). The
contract was to be awarded on the basis of the most economically
advantageous tender and the evaluation criteria and weightings
were: Evaluation of the team – 40%, Quality and merits of the
service proposed – 55%, Overall price – 5%. The criterion
concerning evaluation of the team was to be evaluated but taking
into account the composition of the team, its proven experience,
and the academic and professional background of its members. The
question referred to the ECJ was whether, for the award of a
contract for the provision of services of an intellectual nature,
the Directive prevents use of the criterion relating to the
evaluation of the team. The question was prompted by the
uncertainties arising from the Lianakis case (C-532/06).
The ECJ concluded that it is permitted to use such an award
criterion where the matters listed are relevant to the quality of
the performance offered by the contractor. (26 March 2015)
SC Enterprise Focused Solutions SRL v Spitalul Județean de
Urgență Alba Iulia (C-278/14)
Contract below the EU
threshold – technical specifications
This case was a request for a preliminary ruling from the ECJ made
by the Romanian court of appeal. The case concerned a contract for
the supply of computing systems and equipment. The value of the
contract was approximately Euro 58,600 which is below the relevant
EU financial threshold. The specification stated that the processor
was required to correspond at least to an "Intel Core i5 3.2 GHz or
equivalent" processor. The tender submitted by SC EFS was rejected
on the grounds that it did not comply with the specification. The
SC EFS product did, in fact, exceed the specified requirements but
the contracting authority rejected the tender because it had
established that the processor it specified was no longer in
production, although the specified product was still available on
the market. It assessed the SC EFS product by reference to the new
and current generation of Intel processors.
The ECJ confirmed the well-established principle that the
procurement Directives (in this case 2004/18/EC) does not apply to
contracts below the EU financial threshold. However, where
there is a certain cross border interest in the particular contract
then Treaty principles do not apply. The ECJ was not presented with
evidence of cross border interest but it did go on to consider the
impact of the Treaty principles in the event that there was a cross
border interest. The ECJ concluded that the principles of equal
treatment and non-discrimination and the consequent obligation of
transparency mean that the contracting authority cannot amend the
award criteria during the award procedure. It could not reject a
tender on the grounds that it does not satisfy new requirements
which were not set out in the tender specification. After
publication of the contract notice it cannot reject a tender on the
grounds of failure to comply with requirements which are not set
out in that notice. (16 April 2015)
News
Election 2015: Prime Minister and ministerial
appointments
Lists ministerial appointments to the new Government. Oliver Letwin
is Chancellor of the Duchy of Lancaster, in overall charge of the
Cabinet Office. Parliamentary Secretaries in the Cabinet Office
are: Rob Wilson, John Penrose MP and George Bridges. George
Osborne remains as Chancellor of the Exchequer and also becomes
First Secretary of State.
The Crown Commercial Services legal services framework agreement allows customers throughout the public sector to place orders with Bevan Brittan LLP under standard terms and conditions of the agreement. We are appointed to Lot 7: General Litigation and Legal Support Services and Lot 8: Major or Complex Projects.