Award

Estates Professional Services (EPS) - MoJ/HMPPS Estate

MINISTRY OF JUSTICE

This public procurement record has 2 releases in its history.

AwardUpdate

17 Jan 2025 at 13:44

Award

17 Jan 2025 at 11:09

Summary of the contracting process

The Ministry of Justice has awarded a contract for Estates Professional Services (EPS) related to its and HMPPS Estate. This procurement falls under the industry category of real estate services (CPV code 70000000) and covers a diverse range of services including property management, asset management, data management, and financial services. The contract has been awarded to Cushman & Wakefield Debenham Tie Leung Limited and is valued at £9,732,436 for a duration of up to six years, beginning on 1st March 2025. The procurement method used was selective, specifically a call-off from a framework agreement. The service delivery locations include British Overseas Territories, Channel Islands, Europe, Isle of Man, Rest of the World, and United Kingdom.

This tender presents substantial opportunities for businesses involved in real estate services, particularly those capable of managing large portfolios with a combination of predictable and ad-hoc requirements. The comprehensive nature of the EPS contract, covering both core and non-core services, provides growth prospects for companies offering specialised real estate consultancy and management services. Large enterprises with the capacity to handle extensive property management, financial operations, and project-specific services would be well-suited to compete for similar future contracts.

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) - MoJ/HMPPS 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 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 and financial services/ treasury function. 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-b5fd17-750f8849-dee9-4cf9-be69-18dda3bb7067
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/a3acc17f-33b3-42c8-937e-bbfa6cb60797
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
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

70 - Real estate services


CPV Codes

70000000 - Real estate services

Notice Value(s)

Tender Value
£9,732,436 £1M-£10M
Lots Value
Not specified
Awards Value
£9,732,436 £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
Not specified

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-b5fd17-750f8849-dee9-4cf9-be69-18dda3bb7067-2025-01-17T13:44:35Z",
    "date": "2025-01-17T13:44:35Z",
    "ocid": "ocds-b5fd17-750f8849-dee9-4cf9-be69-18dda3bb7067",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_359022/1438293",
        "title": "Estates Professional Services (EPS) - MoJ/HMPPS 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 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 and financial services/ treasury function. 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": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 9732436,
            "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": false,
            "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-b5fd17-750f8849-dee9-4cf9-be69-18dda3bb7067-1",
            "status": "active",
            "date": "2024-12-18T00:00:00Z",
            "datePublished": "2025-01-17T11:09:20Z",
            "value": {
                "amount": 9732436,
                "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/a3acc17f-33b3-42c8-937e-bbfa6cb60797",
                    "datePublished": "2025-01-17T11:09:20Z",
                    "format": "text/html",
                    "language": "en",
                    "dateModified": "2025-01-17T13:44:35Z"
                },
                {
                    "id": "2",
                    "description": "n/a",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3ea0ecfb-2132-4b45-8dd6-4e3f4e27a3cf",
                    "format": "application/pdf"
                },
                {
                    "id": "3",
                    "description": "n/a",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e5c604e1-ee97-44e4-8a51-8ac7358dae50",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}