Estate Management Services

A Contract Award Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
OJEU
Type
Contract (Services)
Duration
4 year (est.)
Value
£500M
Sector
BUSINESS
Published
30 Aug 2021
Delivery
To 30 Aug 2025 (est.)
Deadline
n/a

Concepts

Location

Liverpool

Geochart for 2 buyers and 25 suppliers

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.

Lot Division

1 Total Estate Management

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.

2 Estate (Property) Management

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

3 Agency and Lease Management

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.

4 Surveying and Strategic Advice

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.

5 Valuation and Compulsory Purchase Orders

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.

6 Business Rating Services

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.

7 Integrated Workplace Management

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.

Award Detail

1 Arcadis (London)
  • Num offers: 19
  • Value: £100,000,000
2 Avison Young (Birmingham)
  • Num offers: 19
  • Value: £100,000,000
3 BNP Paribas Real Estate Advisory & Property Management (London)
  • Num offers: 19
  • Value: £100,000,000
4 Capita Property & Infrastructure (London)
  • Num offers: 19
  • Value: £100,000,000
  • Subcontracting opportunities are expected.
5 Carter Jonas (London)
  • Num offers: 19
  • Value: £100,000,000
  • Subcontracting opportunities are expected.
6 Cbre (London)
  • Num offers: 19
  • Value: £100,000,000
7 Cushman & Wakefield Debenham Tie Leung (London)
  • Num offers: 19
  • Value: £100,000,000
8 Eddisons Commercial (Leeds)
  • Num offers: 19
  • Value: £100,000,000
  • Subcontracting opportunities are expected.
9 Gerald Eve (London)
  • Num offers: 19
  • Value: £100,000,000
  • Subcontracting opportunities are expected.
10 GL Hearn (London)
  • Num offers: 19
  • Value: £100,000,000
  • Contractor is an SME.
  • Subcontracting opportunities are expected.
11 Hartnell Taylor Cook (Bristol)
  • Num offers: 19
  • Value: £100,000,000
  • Contractor is an SME.
  • Subcontracting opportunities are expected.
12 Jacobs (London)
  • Num offers: 19
  • Value: £100,000,000
13 Jones Lang Lasalle (London)
  • Num offers: 19
  • Value: £100,000,000
14 Knight Frank (London)
  • Num offers: 19
  • Value: £100,000,000
  • Subcontracting opportunities are expected.
15 Lambert Smith Hampton Group (London)
  • Num offers: 19
  • Value: £100,000,000
16 Montagu Evans (London)
  • Num offers: 19
  • Value: £100,000,000
  • Subcontracting opportunities are expected.
17 Sanderson Weatherall (Leeds)
  • Num offers: 19
  • Value: £100,000,000
  • Contractor is an SME.
  • Subcontracting opportunities are expected.
18 Savills (London)
  • Num offers: 19
  • Value: £100,000,000
19 Sodexo (London)
  • Num offers: 19
  • Value: £100,000,000
  • Subcontracting opportunities are expected.
20 Archus (Bristol)
  • Num offers: 24
  • Value: £75,000,000
  • Contractor is an SME.
21 Avison Young (Birmingham)
  • Num offers: 24
  • Value: £75,000,000
22 BNP Paribas Real Estate Advisory & Property Management (London)
  • Num offers: 24
  • Value: £75,000,000
23 Specialist Property Advisers (York)
  • Num offers: 24
  • Value: £75,000,000
  • Contractor is an SME.
24 Bruton Knowles (Quedgeley)
  • Num offers: 24
  • Value: £75,000,000
  • Contractor is an SME.
25 Capita Property & Infrastructure (London)
  • Num offers: 24
  • Value: £75,000,000
  • Subcontracting opportunities are expected.

Award Criteria

Quality 70.0
PRICE 30.0

CPV Codes

  • 70000000 - Real estate services
  • 32420000 - Network equipment
  • 32423000 - Network hubs
  • 32580000 - Data equipment
  • 48332000 - Scheduling software package
  • 48333000 - Contact management software package
  • 66000000 - Financial and insurance 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
  • 79419000 - Evaluation consultancy services
  • 79420000 - Management-related services
  • 79993000 - Building and facilities management services
  • 79418000 - Procurement consultancy services
  • 48420000 - Facilities management software package and software package suite
  • 48421000 - Facilities management software package
  • 71210000 - Advisory architectural services
  • 79340000 - Advertising and marketing services

Indicators

  • Award on basis of price and quality.

Other 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: XXXXXX 1) Redacted Commercial Agreement; 2) 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.

Reference

Domains