Tender

Provision of HS2 Phase 2 Surplus Land and Property Disposal Delivery Agent

  • Department for Transport

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-061331

Procurement identifier (OCID): ocds-h6vhtk-05a5ea

Published 1 October 2025, 1:43pm



Scope

Reference

TRGP3060

Description

The Department for Transport (the Authority) is seeking to appoint a Delivery Agent to provide it with strategic advice, project control and transactional delivery for the disposal of residential, agricultural and commercial properties (the 'Portfolio').

The Portfolio comprises land and properties on the former HS2 Phase 2 (Birmingham to Manchester, West Midlands to Leeds) that were acquired in connection with the routes construction. This disposal programme will start with the former Phase 2b Eastern (West Midlands to Leeds). Phase 2 of High Speed 2 (HS2) was cancelled by the previous government in October 2023.

This commission will require close collaboration between the Supplier and the Authority, HS2 Ltd, other advisors and other stakeholders to ensure effective delivery of the Authority's Objectives and Policy Considerations.

The commission will comprise three key workstreams: delivery and disposal strategy; project control and reporting; and execution of a comprehensive marketing and transaction agency service.

The complete ITT pack including a detailed scope of requirements is accessible via DfTs Procurement platform.

To register interest, there are two steps:

1. To enrol an account on DfTs Jaggaer platform (if your organisation does not already have one), please navigate to: https://dft.app.jaggaer.com/web/login.html

Once registered, please access this specfic event by selecting:

https://dft.app.jaggaer.com/go/1106597301999FBB3F6D

ITT CODE: itt_2828

Total value (estimated)

  • £8,500,000 excluding VAT
  • £10,200,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 17 December 2025 to 18 December 2028
  • Possible extension to 17 December 2029
  • 4 years, 1 day

Description of possible extension:

Potential for a 12 month (1-year) extension. Subject to DfT approval.

The allocated budget is indicative and non-binding, and remains subject to the disposal of the portfolio.

Main procurement category

Services

CPV classifications

  • 70000000 - Real estate services
  • 70123000 - Sale of real estate
  • 70123100 - Sale of residential real estate
  • 70123200 - Sale of non-residential estate
  • 70300000 - Real estate agency services on a fee or contract basis

Contract locations

  • UK - United Kingdom

Participation

Legal and financial capacity conditions of participation

As per the ITT pack - accessible via registation to DfTs e-sourcing platform.

Technical ability conditions of participation

As per the ITT pack - accessible via registation to DfTs e-sourcing platform.


Submission

Enquiry deadline

22 October 2025, 12:00pm

Tender submission deadline

5 November 2025, 5:00pm

Submission address and any special instructions

Bidders are requried to created an account via DfTs e-spourcing platform to access this opportunity:

https://dft.app.jaggaer.com/web/login.html

Once registered, please access the event using the below link:

https://dft.app.jaggaer.com/go/1106597301999FBB3F6D

ITT Code (DfTs e-sourcing platform) = itt_2828.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 December 2025


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Technical Criteria including Social Value

Technical/Quality criterion = TOTAL 60%

• Relevant Expertise & Approach = 35%

• Management and Delivery = 25%

Social Value = TOTAL 10%

TOTAL QUALITY AND SOCIAL WEIGHTED VALUE CRITERIA = 70%

Further...

Quality 70%
Price (Commercial)

The price envelope has an alloted weighting of 30%.

Further details, including refined criteria and sub-weighting, are provided within the Tender Pack

Cost 30%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Justification for not publishing a preliminary market engagement notice

Decision Not to Publish a Preliminary Market Engagement Notice - The team has conducted prior research and has a strong understanding of the supplier landscape, market capabilities, and pricing structures. Additional engagement is unlikely to yield new insights. In addition, the services being procured are standard and well-defined, with limited scope for innovation or variation. As such, market input is not deemed necessary to refine the specification.


Contracting authority

Department for Transport

  • Public Procurement Organisation Number: PLTC-5358-LTWZ

Great Minster House, 33 Horseferry Road

London

SW1P 4DR

United Kingdom

Contact name: Costaki Costi MCIPS

Email: dftc.procurement@dft.gov.uk

Region: UKI32 - Westminster

Organisation type: Public authority - central government