Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Advisory Services to DfT Group Property

  • First published: 29 November 2023
  • Last modified: 29 November 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-041d77
Published by:
Department for Transport
Authority ID:
AA76327
Publication date:
29 November 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
70332200 Commercial property management services Non-residential property services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
charles.jansen@dft.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.