Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Department for Transport
Great Minster House, 33 Horseferry Road
London
SW1P 4DR
UK
E-mail: charles.jansen@dft.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-for-transport
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Other: Transport
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Advisory Services to DfT Group Property
Reference number: TRCF3078
II.1.2) Main CPV code
70332200
II.1.3) Type of contract
Services
II.1.4) Short 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 £1,500,000 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.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
6 000 000.00
GBP
II.2) Description
Lot No: TRCF3078A
II.2.2) Additional CPV code(s)
70332200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
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 £1,500,000 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.
II.2.5) Award criteria
Quality criterion: Experience
/ Weighting: 40
Quality criterion: Personnel
/ Weighting: 10
Quality criterion: Approach to mobilisation, management and reporting
/ Weighting: 10
Quality criterion: Social Value - workforce inequality
/ Weighting: 10
Cost criterion: Commercial
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of 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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: TRCF3078B
II.2.2) Additional CPV code(s)
70332200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
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 £1,500,000 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.
II.2.5) Award criteria
Quality criterion: Experience
/ Weighting: 40
Quality criterion: Personnel
/ Weighting: 10
Quality criterion: Approach to mobilisation, management and reporting
/ Weighting: 10
Quality criterion: Social Value - workforce inequality
/ Weighting: 10
Cost criterion: Commercial
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of 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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
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.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
Section V: Award of contract
Lot No: 1
Contract No: TRCF3078A
Title: Provision of DfT Group Property Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/11/2023
V.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
CBRE Ltd
London
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 3 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Contract No: TRCF3078B
Title: Provision of DfT Group Property Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
21/11/2023
V.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Jones Lang LaSalle Ltd
London
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 3 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Department for Transport
London
UK
VI.5) Date of dispatch of this notice
28/11/2023