Award

Managing Agents - Ebury (Phases 1 and 2, Ebury SW1)

WESTMINSTER CITY COUNCIL

This public procurement record has 5 releases in its history.

AwardUpdate

30 Oct 2025 at 14:47

Award

30 Oct 2025 at 11:05

Tender

18 Jul 2025 at 14:01

Planning

25 Apr 2025 at 12:43

Planning

24 Apr 2025 at 14:54

Summary of the contracting process

The procurement process for "Managing Agents - Ebury (Phases 1 and 2, Ebury SW1)", initiated by Westminster City Council, is now complete. Aligned with their commitment to deliver high-quality and inclusive services, the Council sought a managing agent for the Ebury developments in London. This open procurement process followed a comprehensive legal framework designed for public authorities within the United Kingdom. The contract spans from 13 December 2025, with potential extensions, and addresses both residential and non-residential property management services, showcasing the Council's aim to foster a thriving community. The award was finalised on 28 October 2025, with the standstill period concluding on 10 November 2025.

This tender offers a significant opportunity for businesses involved in property and estate management, particularly those adept at delivering inclusive and sustainable services that align with Westminster City Council’s vision. Large-scale firms like Rendall & Rittner Ltd, which was awarded the contract, successfully contribute to creating vibrant and diverse living spaces, thereby fostering business growth within urban regeneration projects. Companies specialising in high-quality property management services will find opportunities to expand their portfolios and bolster their reputation by engaging with public authorities demanding excellence in service delivery.

How relevant is this notice?

Notice Information

Notice Title

Managing Agents - Ebury (Phases 1 and 2, Ebury SW1)

Notice Description

The Council is committed to improving the lives of its residents and creating a 'Fairer Westminster' where people can live, work and flourish. This means building the homes it needs to remain an inclusive, diverse and vibrant place for people of every background, income level and age to enjoy and call home. This approach requires a commensurate management approach which delivers on the following core principles: * Inclusive, high quality, consistent services across Estates providing an excellent baseline for each tenure type. * An integrated approach to management, compliance, customer care and maintenance. * A holistic and sustainable approach to managing the developments benefitting from scale to maximise quality and value.

Lot Information

Lot 1

Renewal: This contract includes an option for a 2 (two) year extension period. The decision to exercise this option is at the sole discretion of the Contracting Authority and is contingent upon: Continued Service Requirement: An ongoing demonstrable need for the services/goods. Satisfactory Supplier Performance: Consistent delivery of good service and achievement of all Key Performance Indicators (KPIs). Budget Availability: Availability of the necessary funding. Mutual Agreement: Formal agreement by both the Contracting Authority and the Supplier. All terms and conditions, including pricing, of the original contract will apply during any extension period, unless explicitly renegotiated and mutually agreed upon through a formal contract amendment.

Planning Information

Please email asjames@westminster.gov.uk to register interest in this opportunity.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050720
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/069783-2025
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

70 - Real estate services


CPV Codes

70330000 - Property management services of real estate on a fee or contract basis

70331000 - Residential property services

70332000 - Non-residential property services

70332200 - Commercial property management services

Notice Value(s)

Tender Value
£1,000,000 £1M-£10M
Lots Value
£1,000,000 £1M-£10M
Awards Value
£1,432,196 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
30 Oct 20252 weeks ago
Submission Deadline
29 Aug 2025Expired
Future Notice Date
23 Jun 2025Expired
Award Date
28 Oct 20252 weeks ago
Contract Period
13 Dec 2025 - 12 Dec 2030 Over 5 years
Recurrence
Not specified

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
WESTMINSTER CITY COUNCIL
Contact Name
Alex James
Contact Email
procurementteammailbox@westminster.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1E 6QP
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

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

Supplier Information

Number of Suppliers
1
Supplier Name

RENDALL & RITTNER

Further Information

Notice Documents

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-h6vhtk-050720-2025-10-30T14:47:39Z",
    "date": "2025-10-30T14:47:39Z",
    "ocid": "ocds-h6vhtk-050720",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PJVD-6261-BPPJ",
            "name": "Westminster City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJVD-6261-BPPJ"
            },
            "address": {
                "streetAddress": "64 Victoria Street",
                "locality": "London",
                "postalCode": "SW1E 6QP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "procurementteammailbox@westminster.gov.uk",
                "name": "Alex James"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.westminster.gov.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-02515428",
            "name": "Rendall & Rittner Ltd",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02515428"
            },
            "address": {
                "streetAddress": "13b St George Wharf",
                "locality": "London",
                "postalCode": "SW8 2LE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI45"
            },
            "contactPoint": {
                "email": "jo.watson@rendallandrittner.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PJVD-6261-BPPJ",
        "name": "Westminster City Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Please email asjames@westminster.gov.uk to register interest in this opportunity.",
                "dueDate": "2025-05-30T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "016840-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/016840-2025",
                "datePublished": "2025-04-24T15:54:51+01:00",
                "format": "text/html"
            },
            {
                "id": "017039-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/017039-2025",
                "datePublished": "2025-04-25T13:43:41+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-050720",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Managing Agents - Ebury (Phases 1 and 2, Ebury SW1)",
        "description": "The Council is committed to improving the lives of its residents and creating a 'Fairer Westminster' where people can live, work and flourish. This means building the homes it needs to remain an inclusive, diverse and vibrant place for people of every background, income level and age to enjoy and call home. This approach requires a commensurate management approach which delivers on the following core principles: * Inclusive, high quality, consistent services across Estates providing an excellent baseline for each tenure type. * An integrated approach to management, compliance, customer care and maintenance. * A holistic and sustainable approach to managing the developments benefitting from scale to maximise quality and value.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "70330000",
                        "description": "Property management services of real estate on a fee or contract basis"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70332200",
                        "description": "Commercial property management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 993510,
            "amount": 1000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-12-13T00:00:00+00:00",
                    "endDate": "2030-12-12T23:59:59+00:00",
                    "maxExtentDate": "2032-12-12T23:59:59+00:00"
                },
                "hasRenewal": true,
                "status": "complete",
                "value": {
                    "amountGross": 993510,
                    "amount": 1000000,
                    "currency": "GBP"
                },
                "renewal": {
                    "description": "This contract includes an option for a 2 (two) year extension period. The decision to exercise this option is at the sole discretion of the Contracting Authority and is contingent upon: Continued Service Requirement: An ongoing demonstrable need for the services/goods. Satisfactory Supplier Performance: Consistent delivery of good service and achievement of all Key Performance Indicators (KPIs). Budget Availability: Availability of the necessary funding. Mutual Agreement: Formal agreement by both the Contracting Authority and the Supplier. All terms and conditions, including pricing, of the original contract will apply during any extension period, unless explicitly renegotiated and mutually agreed upon through a formal contract amendment."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Envelope",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Envelope",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-06-23T23:59:59+01:00"
        },
        "status": "complete",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "https://wcc.ukp.app.jaggaer.com/",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-08-29T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-07-18T23:59:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-10-24T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "041367-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/041367-2025",
                "datePublished": "2025-07-18T15:01:40+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "pending",
            "date": "2025-10-28T00:00:00+00:00",
            "value": {
                "amountGross": 1432196.52,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-02515428",
                    "name": "Rendall & Rittner Ltd"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "70330000",
                            "description": "Property management services of real estate on a fee or contract basis"
                        },
                        {
                            "scheme": "CPV",
                            "id": "70331000",
                            "description": "Residential property services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "70332000",
                            "description": "Non-residential property services"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-11-10T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2025-12-13T00:00:00+00:00",
                "endDate": "2030-12-12T23:59:59+00:00",
                "maxExtentDate": "2032-12-12T23:59:59+00:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "Can be extended if service required"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "069660-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/069660-2025",
                    "datePublished": "2025-10-30T11:05:23Z",
                    "format": "text/html"
                },
                {
                    "id": "069783-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/069783-2025",
                    "datePublished": "2025-10-30T14:47:39Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-10-30T00:00:00+00:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-12-08T23:59:59+00:00",
                    "status": "scheduled"
                }
            ],
            "amendments": [
                {
                    "id": "069783-2025",
                    "description": "This contract award is subject to conclusion of consultation under Section 20 of the Landlord & Tenant Act 1985 (as amended by section 151 of the Commonhold & Leasehold Reform Act 2002) and Schedule 2 of the Service Charges (Consultation Requirements) (England) Regulations 2003."
                }
            ]
        }
    ]
}