Contract

Advisory Services to DfT Group Property

  • Department for Transport

F03: Contract award notice

Notice identifier: 2023/S 000-035120

Procurement identifier (OCID): ocds-h6vhtk-041d77

Published 28 November 2023, 5:33pm



Section one: Contracting authority

one.1) Name and addresses

Department for Transport

Great Minster House, 33 Horseferry Road

London

SW1P 4DR

Email

charles.jansen@dft.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-transport

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Advisory Services to DfT Group Property

Reference number

TRCF3078

two.1.2) Main CPV code

  • 70332200 - Commercial property management services

two.1.3) Type of contract

Services

two.1.4) Short description

This notice covers a dual-supplier property advisory services call-off contract. Following a further competition under Lot 1 CCS framework RM6168 (Estate Management Services), the contract was awarded to two suppliers - Jones Lang LaSalle Ltd. and CBRE Ltd.

The overarching contract has a maximum value of £1,500,000 per annum (excluding VAT) - with no committed minimum spend. The Department intends to distribute spend evenly between the suppliers, using a taxi-rank system.

Contracts were released for signature on 20/11/2023. Following signature by all parties, the contract begins on 28/11/2023. It has an initial term of three years (terminating on 21/09/2026, with the option to extend for a further one year, until 21/09/2027.

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: £6,000,000

two.2) Description

two.2.1) Title

Lot No

TRCF3078A

two.2.2) Additional CPV code(s)

  • 70332200 - Commercial property management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This notice covers a dual-supplier property advisory services call-off contract. Following a further competition under Lot 1 CCS framework RM6168 (Estate Management Services), the contract was awarded to two suppliers - Jones Lang LaSalle Ltd. and CBRE Ltd.

The overarching contract has a maximum value of £1,500,000 per annum (excluding VAT) - with no committed minimum spend. The Department intends to distribute spend evenly between the suppliers, using a taxi-rank system.

Contracts were released for signature on 20/11/2023. Following signature by all parties, the contract begins on 28/11/2023. It has an initial term of three years (terminating on 21/09/2026, with the option to extend for a further one year, until 21/09/2027.

two.2.5) Award criteria

Quality criterion - Name: Experience / Weighting: 40

Quality criterion - Name: Personnel / Weighting: 10

Quality criterion - Name: Approach to mobilisation, management and reporting / Weighting: 10

Quality criterion - Name: Social Value - workforce inequality / Weighting: 10

Cost criterion - Name: Commercial / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The contract has an initial term of three years (terminating on 21/09/2026, with the option to extend for a further one year, until 21/09/2027.

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) Description

two.2.1) Title

Lot No

TRCF3078B

two.2.2) Additional CPV code(s)

  • 70332200 - Commercial property management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This notice covers a dual-supplier property advisory services call-off contract. Following a further competition under Lot 1 CCS framework RM6168 (Estate Management Services), the contract was awarded to two suppliers - Jones Lang LaSalle Ltd. and CBRE Ltd.

The overarching contract has a maximum value of £1,500,000 per annum (excluding VAT) - with no committed minimum spend. The Department intends to distribute spend evenly between the suppliers, using a taxi-rank system.

Contracts were released for signature on 20/11/2023. Following signature by all parties, the contract begins on 28/11/2023. It has an initial term of three years (terminating on 21/09/2026, with the option to extend for a further one year, until 21/09/2027.

two.2.5) Award criteria

Quality criterion - Name: Experience / Weighting: 40

Quality criterion - Name: Personnel / Weighting: 10

Quality criterion - Name: Approach to mobilisation, management and reporting / Weighting: 10

Quality criterion - Name: Social Value - workforce inequality / Weighting: 10

Cost criterion - Name: Commercial / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The contract has an initial term of three years (terminating on 21/09/2026, with the option to extend for a further one year, until 21/09/2027.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

This contract was awarded via a further competition conducted under Lot 1 of CCS framework RM6168 - Estate Management Services (https://www.crowncommercial.gov.uk/agreements/RM6168). All suppliers under this framework were invited to compete. As this contract is a call-off from an already awarded framework, it was not necessary to publish a call for competition.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section five. Award of contract

Contract No

TRCF3078A

Lot No

1

Title

Provision of DfT Group Property Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 November 2023

five.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

CBRE Ltd

London

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: £3,000,000


Section five. Award of contract

Contract No

TRCF3078B

Lot No

1

Title

Provision of DfT Group Property Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 November 2023

five.2.2) Information about tenders

Number of tenders received: 7

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

London

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: £3,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Department for Transport

London

Country

United Kingdom