Notice Information
Notice Title
Advisory Services to DfT Group Property
Notice Description
This notice covers a dual-supplier property advisory services call-off contract. Following a further competition under Lot 1 CCS framework RM6168 (Estate Management Services), the contract was awarded to two suppliers - Jones Lang LaSalle Ltd. and CBRE Ltd. The overarching contract has a maximum value of PS1,500,000 per annum (excluding VAT) - with no committed minimum spend. The Department intends to distribute spend evenly between the suppliers, using a taxi-rank system. Contracts were released for signature on 20/11/2023. Following signature by all parties, the contract begins on 28/11/2023. It has an initial term of three years (terminating on 21/09/2026, with the option to extend for a further one year, until 21/09/2027.
Lot Information
Lot TRCF3078A
This notice covers a dual-supplier property advisory services call-off contract. Following a further competition under Lot 1 CCS framework RM6168 (Estate Management Services), the contract was awarded to two suppliers - Jones Lang LaSalle Ltd. and CBRE Ltd. The overarching contract has a maximum value of PS1,500,000 per annum (excluding VAT) - with no committed minimum spend. The Department intends to distribute spend evenly between the suppliers, using a taxi-rank system. Contracts were released for signature on 20/11/2023. Following signature by all parties, the contract begins on 28/11/2023. It has an initial term of three years (terminating on 21/09/2026, with the option to extend for a further one year, until 21/09/2027.
Options: The contract has an initial term of three years (terminating on 21/09/2026, with the option to extend for a further one year, until 21/09/2027.
Lot TRCF3078BThis notice covers a dual-supplier property advisory services call-off contract. Following a further competition under Lot 1 CCS framework RM6168 (Estate Management Services), the contract was awarded to two suppliers - Jones Lang LaSalle Ltd. and CBRE Ltd. The overarching contract has a maximum value of PS1,500,000 per annum (excluding VAT) - with no committed minimum spend. The Department intends to distribute spend evenly between the suppliers, using a taxi-rank system. Contracts were released for signature on 20/11/2023. Following signature by all parties, the contract begins on 28/11/2023. It has an initial term of three years (terminating on 21/09/2026, with the option to extend for a further one year, until 21/09/2027.
Options: The contract has an initial term of three years (terminating on 21/09/2026, with the option to extend for a further one year, until 21/09/2027.
Procurement Information
This contract was awarded via a further competition conducted under Lot 1 of CCS framework RM6168 - Estate Management Services (https://www.crowncommercial.gov.uk/agreements/RM6168). All suppliers under this framework were invited to compete. As this contract is a call-off from an already awarded framework, it was not necessary to publish a call for competition.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-041d77
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/035120-2023
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
70 - Real estate services
-
- CPV Codes
70332200 - Commercial property management services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £3,000,000 £1M-£10M
Notice Dates
- Publication Date
- 28 Nov 20232 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 21 Nov 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT FOR TRANSPORT
- Contact Name
- Not specified
- Contact Email
- charles.jansen@dft.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 4DR
- 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
- Vincent Square
- Westminster Constituency
- Cities of London and Westminster
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-041d77-2023-11-28T17:33:09Z",
"date": "2023-11-28T17:33:09Z",
"ocid": "ocds-h6vhtk-041d77",
"initiationType": "tender",
"tender": {
"id": "TRCF3078",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Advisory Services to DfT Group Property",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "70332200",
"description": "Commercial property management services"
},
"mainProcurementCategory": "services",
"description": "This notice covers a dual-supplier property advisory services call-off contract. Following a further competition under Lot 1 CCS framework RM6168 (Estate Management Services), the contract was awarded to two suppliers - Jones Lang LaSalle Ltd. and CBRE Ltd. The overarching contract has a maximum value of PS1,500,000 per annum (excluding VAT) - with no committed minimum spend. The Department intends to distribute spend evenly between the suppliers, using a taxi-rank system. Contracts were released for signature on 20/11/2023. Following signature by all parties, the contract begins on 28/11/2023. It has an initial term of three years (terminating on 21/09/2026, with the option to extend for a further one year, until 21/09/2027.",
"lots": [
{
"id": "TRCF3078A",
"description": "This notice covers a dual-supplier property advisory services call-off contract. Following a further competition under Lot 1 CCS framework RM6168 (Estate Management Services), the contract was awarded to two suppliers - Jones Lang LaSalle Ltd. and CBRE Ltd. The overarching contract has a maximum value of PS1,500,000 per annum (excluding VAT) - with no committed minimum spend. The Department intends to distribute spend evenly between the suppliers, using a taxi-rank system. Contracts were released for signature on 20/11/2023. Following signature by all parties, the contract begins on 28/11/2023. It has an initial term of three years (terminating on 21/09/2026, with the option to extend for a further one year, until 21/09/2027.",
"awardCriteria": {
"criteria": [
{
"name": "Experience",
"type": "quality",
"description": "40"
},
{
"name": "Personnel",
"type": "quality",
"description": "10"
},
{
"name": "Approach to mobilisation, management and reporting",
"type": "quality",
"description": "10"
},
{
"name": "Social Value - workforce inequality",
"type": "quality",
"description": "10"
},
{
"name": "Commercial",
"type": "cost",
"description": "30"
}
]
},
"hasOptions": true,
"options": {
"description": "The contract has an initial term of three years (terminating on 21/09/2026, with the option to extend for a further one year, until 21/09/2027."
},
"status": "cancelled"
},
{
"id": "TRCF3078B",
"description": "This notice covers a dual-supplier property advisory services call-off contract. Following a further competition under Lot 1 CCS framework RM6168 (Estate Management Services), the contract was awarded to two suppliers - Jones Lang LaSalle Ltd. and CBRE Ltd. The overarching contract has a maximum value of PS1,500,000 per annum (excluding VAT) - with no committed minimum spend. The Department intends to distribute spend evenly between the suppliers, using a taxi-rank system. Contracts were released for signature on 20/11/2023. Following signature by all parties, the contract begins on 28/11/2023. It has an initial term of three years (terminating on 21/09/2026, with the option to extend for a further one year, until 21/09/2027.",
"awardCriteria": {
"criteria": [
{
"name": "Experience",
"type": "quality",
"description": "40"
},
{
"name": "Personnel",
"type": "quality",
"description": "10"
},
{
"name": "Approach to mobilisation, management and reporting",
"type": "quality",
"description": "10"
},
{
"name": "Social Value - workforce inequality",
"type": "quality",
"description": "10"
},
{
"name": "Commercial",
"type": "cost",
"description": "30"
}
]
},
"hasOptions": true,
"options": {
"description": "The contract has an initial term of three years (terminating on 21/09/2026, with the option to extend for a further one year, until 21/09/2027."
},
"status": "cancelled"
}
],
"items": [
{
"id": "TRCF3078A",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "70332200",
"description": "Commercial property management services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "TRCF3078A"
},
{
"id": "TRCF3078B",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "70332200",
"description": "Commercial property management services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "TRCF3078B"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "This contract was awarded via a further competition conducted under Lot 1 of CCS framework RM6168 - Estate Management Services (https://www.crowncommercial.gov.uk/agreements/RM6168). All suppliers under this framework were invited to compete. As this contract is a call-off from an already awarded framework, it was not necessary to publish a call for competition."
},
"awards": [
{
"id": "035120-2023-TRCF3078A-1",
"title": "Provision of DfT Group Property Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-99441",
"name": "CBRE Ltd"
}
]
},
{
"id": "035120-2023-TRCF3078B-2",
"title": "Provision of DfT Group Property Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-55859",
"name": "Jones Lang LaSalle Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-16326",
"name": "Department for Transport",
"identifier": {
"legalName": "Department for Transport"
},
"address": {
"streetAddress": "Great Minster House, 33 Horseferry Road",
"locality": "London",
"region": "UK",
"postalCode": "SW1P 4DR",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "charles.jansen@dft.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-transport",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"description": "Transport"
}
]
}
},
{
"id": "GB-FTS-99441",
"name": "CBRE Ltd",
"identifier": {
"legalName": "CBRE Ltd"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-55859",
"name": "Jones Lang LaSalle Ltd",
"identifier": {
"legalName": "Jones Lang LaSalle Ltd"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-6043",
"name": "Department for Transport",
"identifier": {
"legalName": "Department for Transport"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-16326",
"name": "Department for Transport"
},
"contracts": [
{
"id": "035120-2023-TRCF3078A-1",
"awardID": "035120-2023-TRCF3078A-1",
"title": "Provision of DfT Group Property Services",
"status": "active",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"dateSigned": "2023-11-28T00:00:00Z"
},
{
"id": "035120-2023-TRCF3078B-2",
"awardID": "035120-2023-TRCF3078B-2",
"title": "Provision of DfT Group Property Services",
"status": "active",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"dateSigned": "2023-11-21T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 7
},
{
"id": "2",
"measure": "bids",
"value": 7
}
]
},
"language": "en"
}