Section one: Contracting authority
one.1) Name and addresses
Department for Transport
Great Minster House, 33 Horseferry Road
London
SW1P 4DR
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