Awarded contract

Estate Management Services

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F03: Contract award notice

Notice reference: 2021/S 000-021082

Published 25 August 2021, 10:45pm



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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

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

Email

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

Email

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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom