Award

Estates Professional Services (EPS) - HMCTS South Estate

MINISTRY OF JUSTICE

This public procurement record has 2 releases in its history.

AwardUpdate

17 Jan 2025 at 13:42

Award

17 Jan 2025 at 11:11

Summary of the contracting process

The Ministry of Justice has awarded a contract titled "Estates Professional Services (EPS) - HMCTS South Estate" within the real estate services industry. This contract, valued at GBP 2,034,644, is for an initial term of four years starting from 1 March 2025, with the option for a two-year extension. It covers various UK regions including East of England, London, South East, and South West. This selective procurement process involved a call-off from a framework agreement and has progressed to the award stage, with key contract deadlines including the tender period ending on 27 June 2024 and the award date on 18 December 2024.

This tender offers substantial opportunities for businesses specialising in real estate services, providing both predictable core services and flexible, project-driven non-core services. Its scope includes property management, asset management, and other related services, beneficial for SMEs aiming to expand in government contracts. Companies capable of delivering comprehensive real estate oversight and control, including ad-hoc services like valuations and rent reviews, will find this tender especially well-suited to their capabilities, promising long-term business growth and a stable revenue stream.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Estates Professional Services (EPS) - HMCTS South Estate

Notice Description

EPS encompasses activities related to the oversight and control of real estate and covers a diverse range of services. Service requirements comprise of two categories: core and non-core. Core services are those that have a foreseeable demand which is driven by the size and nature of the estate. These services are to be delivered by the contracted supplier, unless relevant exceptions apply, such as conflicts of interest. These services include but are not limited to general estate duties, property management, asset management, data management and reporting. The non-core services are those that are required on an ad-hoc demand basis and are typically driven by individual project requirements. The supplier will be instructed to deliver these services, as and when required. These services include but are not limited to valuations, rent reviews, disposals, acquisitions, dilapidations, and specialist advice. The contract is for an initial 4 year term, with the option to extend for a period of up to two years. The value associated with this contract is for the maximum contract term (4+2 years) and covers both the core and non-core service elements

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-5b037932-afc4-4095-a6ff-a88b96766256
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/bc83eef7-e8f6-4520-a67a-0f03594336d0
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Call-off from a framework agreement
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

70 - Real estate services


CPV Codes

70000000 - Real estate services

Notice Value(s)

Tender Value
£2,034,644 £1M-£10M
Lots Value
Not specified
Awards Value
£2,034,644 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
17 Jan 20251 years ago
Submission Deadline
27 Jun 2024Expired
Future Notice Date
Not specified
Award Date
18 Dec 20241 years ago
Contract Period
1 Mar 2025 - 28 Feb 2029 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1H 9AJ
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLI London, TLJ South East (England), TLK South West (England)

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

CUSHMAN & WAKEFIELD DEBENHAM TIE LEUNG

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-5b037932-afc4-4095-a6ff-a88b96766256-2025-01-17T13:42:17Z",
    "date": "2025-01-17T13:42:17Z",
    "ocid": "ocds-b5fd17-5b037932-afc4-4095-a6ff-a88b96766256",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_359022/1438298",
        "title": "Estates Professional Services (EPS) - HMCTS South Estate",
        "description": "EPS encompasses activities related to the oversight and control of real estate and covers a diverse range of services. Service requirements comprise of two categories: core and non-core. Core services are those that have a foreseeable demand which is driven by the size and nature of the estate. These services are to be delivered by the contracted supplier, unless relevant exceptions apply, such as conflicts of interest. These services include but are not limited to general estate duties, property management, asset management, data management and reporting. The non-core services are those that are required on an ad-hoc demand basis and are typically driven by individual project requirements. The supplier will be instructed to deliver these services, as and when required. These services include but are not limited to valuations, rent reviews, disposals, acquisitions, dilapidations, and specialist advice. The contract is for an initial 4 year term, with the option to extend for a period of up to two years. The value associated with this contract is for the maximum contract term (4+2 years) and covers both the core and non-core service elements",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "70000000",
            "description": "Real estate services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 2034644,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2024-06-27T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2025-03-01T00:00:00Z",
            "endDate": "2029-02-28T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-183111",
            "name": "Ministry of Justice",
            "identifier": {
                "legalName": "Ministry of Justice"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "postalCode": "SW1H 9AJ",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "CommercialMOJCluster@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-02757768",
            "name": "Cushman & Wakefield Debenham Tie Leung Limited",
            "identifier": {
                "legalName": "Cushman & Wakefield Debenham Tie Leung Limited",
                "scheme": "GB-COH",
                "id": "02757768"
            },
            "address": {
                "streetAddress": "125 Old Broad Street, London, United Kingdom, EC2N 1AR"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-183111",
        "name": "Ministry of Justice"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-5b037932-afc4-4095-a6ff-a88b96766256-1",
            "status": "active",
            "date": "2024-12-18T00:00:00Z",
            "datePublished": "2025-01-17T11:11:45Z",
            "value": {
                "amount": 2034644,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-02757768",
                    "name": "Cushman & Wakefield Debenham Tie Leung Limited"
                }
            ],
            "contractPeriod": {
                "startDate": "2025-03-01T00:00:00Z",
                "endDate": "2029-02-28T23:59:59Z"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/bc83eef7-e8f6-4520-a67a-0f03594336d0",
                    "datePublished": "2025-01-17T11:11:45Z",
                    "format": "text/html",
                    "language": "en",
                    "dateModified": "2025-01-17T13:42:17Z"
                },
                {
                    "id": "2",
                    "description": "n/a",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d3cce1f3-541a-4d9b-8d97-c692b142129b",
                    "format": "application/pdf"
                },
                {
                    "id": "3",
                    "description": "n/a",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/32bc629a-28f9-49e6-899d-6bc11fd218e4",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}