Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Other activity
Public Procurement
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Estate Management Services
Reference number
RM6168
two.1.2) Main CPV code
- 70000000 - Real estate services
two.1.3) Type of contract
Services
two.1.4) Short description
Estate Management Services (EMS) is a multi-Lot Framework Agreement available for use by UK public sector bodies and future successor organisations, which includes Central Government Departments and their arm’s length bodies and agencies, the wider public sector and third sector including, but not limited to, local government, health, education, police, fire and rescue, housing associations and charities. This Framework Agreement will replace the Estate Professional Services Framework (RM3816). Services will be delivered primarily within the United Kingdom, with some limited requirements overseas.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £500,000,000
two.2) Description
two.2.1) Title
Total Estate Management
Lot No
1
two.2.2) Additional CPV code(s)
- 32420000 - Network equipment
- 32423000 - Network hubs
- 32580000 - Data equipment
- 48332000 - Scheduling software package
- 48333000 - Contact management software package
- 66000000 - Financial and insurance services
- 70000000 - Real estate services
- 70100000 - Real estate services with own property
- 70110000 - Development services of real estate
- 70111000 - Development of residential real estate
- 70112000 - Development of non-residential real estate
- 70120000 - Buying and selling of real estate
- 70121000 - Building sale or purchase services
- 70121100 - Building sale services
- 70121200 - Building purchase services
- 70122000 - Land sale or purchase services
- 70122100 - Land sale services
- 70122110 - Vacant-land sale services
- 70122200 - Land purchase services
- 70122210 - Vacant-land purchase services
- 70123000 - Sale of real estate
- 70123100 - Sale of residential real estate
- 70123200 - Sale of non-residential estate
- 70130000 - Letting services of own property
- 70200000 - Renting or leasing services of own property
- 70210000 - Residential property renting or leasing services
- 70220000 - Non-residential property renting or leasing services
- 70300000 - Real estate agency services on a fee or contract basis
- 70310000 - Building rental or sale services
- 70311000 - Residential building rental or sale services
- 70320000 - Land rental or sale services
- 70321000 - Land rental services
- 70322000 - Vacant-land rental or sale services
- 70330000 - Property management services of real estate on a fee or contract basis
- 70331000 - Residential property services
- 70331100 - Institution management services
- 70332000 - Non-residential property services
- 70332100 - Land management services
- 70332200 - Commercial property management services
- 70332300 - Industrial property services
- 70333000 - Housing services
- 70340000 - Time-sharing services
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71222100 - Urban areas mapping services
- 71222200 - Rural areas mapping services
- 71240000 - Architectural, engineering and planning services
- 71241000 - Feasibility study, advisory service, analysis
- 71242000 - Project and design preparation, estimation of costs
- 71300000 - Engineering services
- 71311000 - Civil engineering consultancy services
- 71311200 - Transport systems consultancy services
- 71311210 - Highways consultancy services
- 71311300 - Infrastructure works consultancy services
- 71312000 - Structural engineering consultancy services
- 71313000 - Environmental engineering consultancy services
- 71313100 - Noise-control consultancy services
- 71313200 - Sound insulation and room acoustics consultancy services
- 71313400 - Environmental impact assessment for construction
- 71314000 - Energy and related services
- 71314300 - Energy-efficiency consultancy services
- 71315100 - Building-fabric consultancy services
- 71315200 - Building consultancy services
- 71315210 - Building services consultancy services
- 71315300 - Building surveying services
- 71315400 - Building-inspection services
- 71317210 - Health and safety consultancy services
- 71321400 - Ventilation consultancy services
- 71324000 - Quantity surveying services
- 71336000 - Engineering support services
- 71351800 - Topographical and water divining services
- 71351900 - Geology, oceanography and hydrology services
- 71356000 - Technical services
- 71356100 - Technical control services
- 71356200 - Technical assistance services
- 71356300 - Technical support services
- 71400000 - Urban planning and landscape architectural services
- 71410000 - Urban planning services
- 71420000 - Landscape architectural services
- 71620000 - Analysis services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79210000 - Accounting and auditing services
- 79211000 - Accounting services
- 79211200 - Compilation of financial statements services
- 79212500 - Accounting review services
- 79220000 - Fiscal services
- 79342311 - Customer satisfaction survey
- 79342410 - Electronic auction services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
- 79411100 - Business development consultancy services
- 79412000 - Financial management consultancy services
- 79415200 - Design consultancy services
- 79417000 - Safety consultancy services
- 79418000 - Procurement consultancy services
- 79419000 - Evaluation consultancy services
- 79420000 - Management-related services
- 79993000 - Building and facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Operation and management to support the occupation of the central government and wider public sector estate, providing technical due diligence where required, providing an end to end service provision for the lifecycle of a property.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
Price - Weighting: 30%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The framework has been established for 36 months, with the option to extend for a further 12 months at the discretion of CCS.
A framework contract has been awarded to all bidders who achieved or exceeded a final score of 42. Bidders could bid for one or more Lots, however bidders could not bid as a single legal entity and as a consortium member in the same Lot.
two.2) Description
two.2.1) Title
Estate (Property) Management
Lot No
2
two.2.2) Additional CPV code(s)
- 48420000 - Facilities management software package and software package suite
- 48421000 - Facilities management software package
- 66000000 - Financial and insurance services
- 70000000 - Real estate services
- 70100000 - Real estate services with own property
- 70110000 - Development services of real estate
- 70111000 - Development of residential real estate
- 70112000 - Development of non-residential real estate
- 70120000 - Buying and selling of real estate
- 70121000 - Building sale or purchase services
- 70121100 - Building sale services
- 70121200 - Building purchase services
- 70122000 - Land sale or purchase services
- 70122100 - Land sale services
- 70122110 - Vacant-land sale services
- 70122200 - Land purchase services
- 70122210 - Vacant-land purchase services
- 70123000 - Sale of real estate
- 70123100 - Sale of residential real estate
- 70123200 - Sale of non-residential estate
- 70130000 - Letting services of own property
- 70200000 - Renting or leasing services of own property
- 70210000 - Residential property renting or leasing services
- 70220000 - Non-residential property renting or leasing services
- 70300000 - Real estate agency services on a fee or contract basis
- 70310000 - Building rental or sale services
- 70311000 - Residential building rental or sale services
- 70320000 - Land rental or sale services
- 70321000 - Land rental services
- 70322000 - Vacant-land rental or sale services
- 70330000 - Property management services of real estate on a fee or contract basis
- 70331000 - Residential property services
- 70331100 - Institution management services
- 70332000 - Non-residential property services
- 70332100 - Land management services
- 70332200 - Commercial property management services
- 70332300 - Industrial property services
- 70333000 - Housing services
- 70340000 - Time-sharing services
- 79993000 - Building and facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Operation and management to support the occupation of the central government and wider public sector estate, providing technical due diligence where required, including providing an oversight of the property to include policy, maintenance, capital works and strategic asset management plans.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
Price - Weighting: 30%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The framework has been established for 36 months, with the option to extend for a further 12 months at the discretion of CCS. A framework contract has been awarded to all bidders who achieved or exceeded a final score
of 42. Bidders could bid for one or more Lots, however bidders could not bid as a single legal entity and as a consortium member in the same Lot.
two.2) Description
two.2.1) Title
Agency and Lease Management
Lot No
3
two.2.2) Additional CPV code(s)
- 48420000 - Facilities management software package and software package suite
- 48421000 - Facilities management software package
- 70000000 - Real estate services
- 70100000 - Real estate services with own property
- 70110000 - Development services of real estate
- 70111000 - Development of residential real estate
- 70112000 - Development of non-residential real estate
- 70120000 - Buying and selling of real estate
- 70121000 - Building sale or purchase services
- 70121100 - Building sale services
- 70121200 - Building purchase services
- 70122000 - Land sale or purchase services
- 70122100 - Land sale services
- 70122110 - Vacant-land sale services
- 70122200 - Land purchase services
- 70122210 - Vacant-land purchase services
- 70123000 - Sale of real estate
- 70123100 - Sale of residential real estate
- 70123200 - Sale of non-residential estate
- 70130000 - Letting services of own property
- 70200000 - Renting or leasing services of own property
- 70210000 - Residential property renting or leasing services
- 70220000 - Non-residential property renting or leasing services
- 70300000 - Real estate agency services on a fee or contract basis
- 70310000 - Building rental or sale services
- 70311000 - Residential building rental or sale services
- 70320000 - Land rental or sale services
- 70321000 - Land rental services
- 70322000 - Vacant-land rental or sale services
- 70330000 - Property management services of real estate on a fee or contract basis
- 70331000 - Residential property services
- 70331100 - Institution management services
- 70332000 - Non-residential property services
- 70332100 - Land management services
- 70332200 - Commercial property management services
- 70332300 - Industrial property services
- 70333000 - Housing services
- 70340000 - Time-sharing services
- 79993000 - Building and facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Management of freeholds or leaseholds to support the acquisition, occupation or disposal of the central government and wider public sector estate, providing technical due diligence where required.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
Price - Weighting: 30%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The framework has been established for 36 months, with the option to extend for a further 12 months at the discretion of CCS. A framework contract has been awarded to all bidders who achieved or exceeded a final score of 42. Bidders could bid for one or more Lots, however bidders could not bid as a single legal entity and as a consortium member in the same Lot.
two.2) Description
two.2.1) Title
Surveying and Strategic Advice
Lot No
4
two.2.2) Additional CPV code(s)
- 32420000 - Network equipment
- 32423000 - Network hubs
- 32580000 - Data equipment
- 48332000 - Scheduling software package
- 48333000 - Contact management software package
- 48420000 - Facilities management software package and software package suite
- 48421000 - Facilities management software package
- 66000000 - Financial and insurance services
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71210000 - Advisory architectural services
- 71222100 - Urban areas mapping services
- 71222200 - Rural areas mapping services
- 71240000 - Architectural, engineering and planning services
- 71241000 - Feasibility study, advisory service, analysis
- 71242000 - Project and design preparation, estimation of costs
- 71300000 - Engineering services
- 71311000 - Civil engineering consultancy services
- 71311200 - Transport systems consultancy services
- 71311210 - Highways consultancy services
- 71311300 - Infrastructure works consultancy services
- 71312000 - Structural engineering consultancy services
- 71313000 - Environmental engineering consultancy services
- 71313100 - Noise-control consultancy services
- 71313200 - Sound insulation and room acoustics consultancy services
- 71313400 - Environmental impact assessment for construction
- 71314000 - Energy and related services
- 71314300 - Energy-efficiency consultancy services
- 71315100 - Building-fabric consultancy services
- 71315200 - Building consultancy services
- 71315210 - Building services consultancy services
- 71315300 - Building surveying services
- 71315400 - Building-inspection services
- 71317210 - Health and safety consultancy services
- 71321400 - Ventilation consultancy services
- 71324000 - Quantity surveying services
- 71336000 - Engineering support services
- 71351800 - Topographical and water divining services
- 71351900 - Geology, oceanography and hydrology services
- 71356000 - Technical services
- 71356100 - Technical control services
- 71356200 - Technical assistance services
- 71356300 - Technical support services
- 71400000 - Urban planning and landscape architectural services
- 71410000 - Urban planning services
- 71420000 - Landscape architectural services
- 71620000 - Analysis services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79210000 - Accounting and auditing services
- 79211000 - Accounting services
- 79211200 - Compilation of financial statements services
- 79212500 - Accounting review services
- 79220000 - Fiscal services
- 79340000 - Advertising and marketing services
- 79342311 - Customer satisfaction survey
- 79342410 - Electronic auction services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
- 79411100 - Business development consultancy services
- 79412000 - Financial management consultancy services
- 79415200 - Design consultancy services
- 79417000 - Safety consultancy services
- 79418000 - Procurement consultancy services
- 79419000 - Evaluation consultancy services
- 79420000 - Management-related services
- 79993000 - Building and facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of surveys, studies and strategic advice to support the occupation of the central government and wider public sector estate, providing technical due diligence where required.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The framework has been established for 36 months, with the option to extend for a further 12 months at the discretion of CCS.
A framework contract has been awarded to all bidders who achieved or exceeded a final score of 42. Bidders could bid for one or more Lots, however bidders could not bid as a single legal entity and as a consortium member in the same Lot.
two.2) Description
two.2.1) Title
Valuation and Compulsory Purchase Orders
Lot No
5
two.2.2) Additional CPV code(s)
- 48420000 - Facilities management software package and software package suite
- 66000000 - Financial and insurance services
- 70000000 - Real estate services
- 70100000 - Real estate services with own property
- 70110000 - Development services of real estate
- 70111000 - Development of residential real estate
- 70112000 - Development of non-residential real estate
- 70120000 - Buying and selling of real estate
- 70121000 - Building sale or purchase services
- 70121100 - Building sale services
- 70121200 - Building purchase services
- 70122000 - Land sale or purchase services
- 70122100 - Land sale services
- 70122110 - Vacant-land sale services
- 70122200 - Land purchase services
- 70122210 - Vacant-land purchase services
- 70123000 - Sale of real estate
- 70123100 - Sale of residential real estate
- 70123200 - Sale of non-residential estate
- 70130000 - Letting services of own property
- 70200000 - Renting or leasing services of own property
- 70210000 - Residential property renting or leasing services
- 70220000 - Non-residential property renting or leasing services
- 70300000 - Real estate agency services on a fee or contract basis
- 70310000 - Building rental or sale services
- 70311000 - Residential building rental or sale services
- 70320000 - Land rental or sale services
- 70321000 - Land rental services
- 70322000 - Vacant-land rental or sale services
- 70330000 - Property management services of real estate on a fee or contract basis
- 70331000 - Residential property services
- 70331100 - Institution management services
- 70332000 - Non-residential property services
- 70332100 - Land management services
- 70332200 - Commercial property management services
- 70332300 - Industrial property services
- 70333000 - Housing services
- 70340000 - Time-sharing services
- 79993000 - Building and facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Valuation of built, physical, mechanical and electrical assets ranging from desktop to red
book methodologies to comply with IFRS, RICS or departmental internal accounting
procedures and compliance for central government and wider public sector estate,
including services to support compulsory purchase orders.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The framework has been established for 36 months, with the option to extend for a further 12 months at the discretion of CCS.
A framework contract has been awarded to all bidders who achieved or exceeded a final score of 42.
Bidders could bid for one or more Lots, however bidders could not bid as a single legal entity and as a consortium member in the same Lot.
two.2) Description
two.2.1) Title
Business Rating Services
Lot No
6
two.2.2) Additional CPV code(s)
- 48420000 - Facilities management software package and software package suite
- 48421000 - Facilities management software package
- 66000000 - Financial and insurance services
- 70000000 - Real estate services
- 70100000 - Real estate services with own property
- 70110000 - Development services of real estate
- 70111000 - Development of residential real estate
- 70112000 - Development of non-residential real estate
- 70120000 - Buying and selling of real estate
- 70121000 - Building sale or purchase services
- 70121100 - Building sale services
- 70121200 - Building purchase services
- 70122000 - Land sale or purchase services
- 70122100 - Land sale services
- 70122110 - Vacant-land sale services
- 70122200 - Land purchase services
- 70122210 - Vacant-land purchase services
- 70123000 - Sale of real estate
- 70123100 - Sale of residential real estate
- 70123200 - Sale of non-residential estate
- 70130000 - Letting services of own property
- 70200000 - Renting or leasing services of own property
- 70210000 - Residential property renting or leasing services
- 70220000 - Non-residential property renting or leasing services
- 70300000 - Real estate agency services on a fee or contract basis
- 70310000 - Building rental or sale services
- 70311000 - Residential building rental or sale services
- 70320000 - Land rental or sale services
- 70321000 - Land rental services
- 70322000 - Vacant-land rental or sale services
- 70330000 - Property management services of real estate on a fee or contract basis
- 70331000 - Residential property services
- 70331100 - Institution management services
- 70332000 - Non-residential property services
- 70332100 - Land management services
- 70332200 - Commercial property management services
- 70332300 - Industrial property services
- 70333000 - Housing services
- 70340000 - Time-sharing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of rating support (Inc. payment) and rating appeal services as per Check,
Challenge & Appeal process for England, and the rateable value services for Wales,
Scotland and Northern Ireland for central government and wider public sector estate.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The framework has been established for 36 months, with the option to extend for a further 12 months at the discretion of CCS.
A framework contract has been awarded to all bidders who achieved or exceeded a final score of 42.
Bidders could bid for one or more Lots, however bidders could not bid as a single legal entity and as a consortium member in the same Lot.
two.2) Description
two.2.1) Title
Integrated Workplace Management
Lot No
7
two.2.2) Additional CPV code(s)
- 32420000 - Network equipment
- 32423000 - Network hubs
- 32580000 - Data equipment
- 48332000 - Scheduling software package
- 48333000 - Contact management software package
- 48420000 - Facilities management software package and software package suite
- 48421000 - Facilities management software package
- 66000000 - Financial and insurance services
- 70000000 - Real estate services
- 70100000 - Real estate services with own property
- 70110000 - Development services of real estate
- 70111000 - Development of residential real estate
- 70112000 - Development of non-residential real estate
- 70120000 - Buying and selling of real estate
- 70121000 - Building sale or purchase services
- 70121100 - Building sale services
- 70121200 - Building purchase services
- 70122000 - Land sale or purchase services
- 70122100 - Land sale services
- 70122110 - Vacant-land sale services
- 70122200 - Land purchase services
- 70122210 - Vacant-land purchase services
- 70123000 - Sale of real estate
- 70123100 - Sale of residential real estate
- 70123200 - Sale of non-residential estate
- 70130000 - Letting services of own property
- 70200000 - Renting or leasing services of own property
- 70210000 - Residential property renting or leasing services
- 70220000 - Non-residential property renting or leasing services
- 70300000 - Real estate agency services on a fee or contract basis
- 70310000 - Building rental or sale services
- 70311000 - Residential building rental or sale services
- 70320000 - Land rental or sale services
- 70321000 - Land rental services
- 70322000 - Vacant-land rental or sale services
- 70330000 - Property management services of real estate on a fee or contract basis
- 70331000 - Residential property services
- 70331100 - Institution management services
- 70332000 - Non-residential property services
- 70332100 - Land management services
- 70332200 - Commercial property management services
- 70332300 - Industrial property services
- 70333000 - Housing services
- 70340000 - Time-sharing services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79210000 - Accounting and auditing services
- 79211000 - Accounting services
- 79211200 - Compilation of financial statements services
- 79212500 - Accounting review services
- 79220000 - Fiscal services
- 79340000 - Advertising and marketing services
- 79342311 - Customer satisfaction survey
- 79342410 - Electronic auction services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
- 79411100 - Business development consultancy services
- 79412000 - Financial management consultancy services
- 79415200 - Design consultancy services
- 79417000 - Safety consultancy services
- 79418000 - Procurement consultancy services
- 79419000 - Evaluation consultancy services
- 79420000 - Management-related services
- 79993000 - Building and facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The purpose of the IWM Lot is to allow the Buyer to develop a single point of contact (In-house under the light option or service delivery partner under the full Integrator option) to instruct and monitor the provision of those Services delivered by third party suppliers, and to facilitate asset, building and property data and management information to enable the Buyer to make informed decisions to support capital investment, estate strategy and cost/resource optimisation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The framework has been established for 36 months, with the option to extend for a further 12 months at the discretion of CCS.
A framework contract has been awarded to all bidders who achieved or exceeded a final score of 42.
Bidders could bid for one or more Lots, however bidders could not bid as a single legal entity and as a consortium member in the same Lot.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 237-586930
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Arcadis LLP
Arcadis House,34 York Way,
London
N1 9AB
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Avison Young (UK) Limited
3 Brindleyplace
Birmingham,
B1 2JB
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
BNP Paribas Real Estate Advisory & Property Management UK Limited
5 Aldermanbury Square
London
EC2V 7BP
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Capita Property and Infrastructure Limited
65 Gresham Street
London
EC2V 7NQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 60 %
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Carter Jonas LLP
One Chapel Place
London
W1G 0BG
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 12 %
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
CBRE Limited
St Martin's Court, 10 Paternoster Row
London
EC4M 7HP
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Cushman & Wakefield Debenham Tie Leung Limited
125 Old Broad Street,
London
EC2N 1AR
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Eddisons Commercial Limited
Toronto Square, Toronto Street
Leeds
LS1 2HJ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 25 %
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Gerald Eve LLP
72 Welbeck Street,
London,
W1G 0AY
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 20 %
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
GL Hearn Limited
65 Gresham Street,
London
EC2V 7NQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 5 %
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Hartnell Taylor Cook LLP
Somerset House, 18 Canynge Road, Clifton
Bristol
BS8 3JX
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 6 %
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Jacobs U.K. Limited
Cottons Centre, Cottons Lane,
London
SE1 2QG
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Jones Lang LaSalle Ltd
30 Warwick Street,
London,
W1B 5NH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Knight Frank LLP
55 Baker Street,
London,
W1U 8AN
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 20 %
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Lambert Smith Hampton Group Limited
180 Oxford Street,
London,
W1D 1NN
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Montagu Evans LLP
70 St Mary Axe,
London
EC3A 8BE
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 20 %
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Sanderson Weatherall LLP
6th Floor Central Square, 29 Wellington Street,
Leeds,
LS1 4DL
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 21 %
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Savills UK Limited
33 Margaret Street,
London,
W1G 0JD
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 19
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Sodexo Limited
One Southampton Row,
London
WC1B 5HA
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 50 %
Section five. Award of contract
Lot No
2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 24
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Archus Ltd
101 Victoria Street,
Bristol,
BS1 6PU
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £75,000,000
Section five. Award of contract
Lot No
2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 24
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Avison Young UK Limited
3 Brindleyplace,
Birmingham,
B1 2JB
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £75,000,000
Section five. Award of contract
Lot No
2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 24
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
BNP Paribas Real Estate Advisory & Property Management UK Limited
5 Aldermanbury Square,
London,
EC2V 7BP
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £75,000,000
Section five. Award of contract
Lot No
2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 24
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Specialist Property Advisers UK LLP
Club Chambers, Museum Street,
York
YO1 7DN
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £75,000,000
Section five. Award of contract
Lot No
2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 24
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Bruton Knowles LLP
Olympus House, Olympus Park,
Quedgeley,
GL2 4NF
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £75,000,000
Section five. Award of contract
Lot No
2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2021
five.2.2) Information about tenders
Number of tenders received: 24
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Capita Property and Infrastructure Limited
65 Gresham Street,
London,
EC2V 7NQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £75,000,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 60 %
Section six. Complementary information
six.3) Additional information
The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/a48e074d-b564-477a-ab63-062d5be1871f#
1) Redacted Commercial Agreement;
2) A Full list of Successful Suppliers;
3) Customer list
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
six.4) Procedures for review
six.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom