Tender

DWP Estates 2030 Strategic Pipeline Optimisation Programme (SPOP)

DEPARTMENT FOR WORK & PENSIONS

This public procurement record has 6 releases in its history.

Tender

16 Feb 2026 at 16:44

PlanningUpdate

29 Jan 2026 at 12:15

PlanningUpdate

12 Nov 2025 at 14:51

Planning

12 Nov 2025 at 13:35

Planning

26 Sep 2025 at 12:15

Planning

26 Sep 2025 at 12:09

Summary of the contracting process

The Department for Work & Pensions (DWP) is leading a procurement process for the DWP Estates 2030 Strategic Pipeline Optimisation Programme (SPOP), aimed at transforming its estates strategy. The programme is categorised under public authority central government services and located in the UK, specifically London, with a focus on real estate management. This strategic initiative involves a competitive flexible procedure conducted in two stages: the initial invitation to participate, followed by the final tender submission stage. Key deadlines include the expression of interest closing on 13th March 2026, presentations scheduled for May 2026, and contract award by July 2026. The programme encompasses areas such as real estate expertise, technology and system integration, and organisational development to align with a new target operating model and ensure efficiency improvements across the estates portfolio.

This tender opens substantial avenues for business growth, especially for firms with expertise in real estate services, business analysis consultancy, IT systems integration, and facilities management. Suitable candidates are encouraged to leverage their industry knowledge and provide strategic advice and support, from operational design to programme management assurance. The opportunity is well-suited to SMEs and VCSEs with capabilities in technology integration, strategic advisory services, and comprehensive project management, offering flexibility and the potential for call-off services within the framework of the contract. There is also scope for businesses to contribute valuable insights through industry best practices that can shape the future operating model for DWP Estates, delivering innovation and efficiency through strategic partnerships.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

DWP Estates 2030 Strategic Pipeline Optimisation Programme (SPOP)

Notice Description

DWP Estates is embarking on the delivery of the Estates 2030 Strategy and Vision, which will incorporate a new Estates 2030 Strategic Pipeline Optimisation Programme (SPOP). The Estates 2030 Strategic Pipeline Optimisation Programme is a DWP Estates led strategic transformation programme that will support a series of future re-procurements and ensure alignment with the design and development of a new and evolving Target Operating Model, incorporating a review of the internal DWP Estates organisation and ways of working. This programme will undertake a comprehensive review of the significant and complex Estates strategic pipeline to ensure the supply chain is best organised and strategically placed to support the delivery of the DWP Estates 2030 strategy. This programme will help to identify opportunities for improvements and efficiencies in future service delivery across the Estates portfolio. Using Industry Best Practice and Market Insight, SPOP will incorporate an Estates internal operating model review, capability mapping, assessment and future structure (post insource/outsource analysis), mobilising new services that are insourced to DWP as required. Consideration will be given for the Data, System and Reporting requirements of DWP Estates and an optimal delivery model based on market insight and optimal strategic delivery. At the heart of this programme, a key objective will be to design, deliver, transition and stabilise the movement from the second iteration of the DWP Estates Integrator Model services to the future service design, based on the most effective use of technology, data and innovation through market analysis. This will include supporting a Delivery Model Assessment (DMA) (a "Make or Buy" decision) for the current contract. Due to the varied, specialist nature and scope of services required for this Programme, the Authority is seeking external strategic advice and support across a number of areas including but not limited: - Real Estate and Property expertise - End to end Target Operating Model Design in the context of a Real Estate, Property & Workplace Management Environment - Data, Data Management, Business Intelligence and Insights in the context of Real Estate, Property & Workplace Management Environment - Technology and Systems Design and Integration, inclusive of, but not limited to overall CAFM design, Integration and overall Real Estate systems landscape - Market Insight and Analysis - Change Management - Organisational Design and Development - Contract Transition Support (Mobilisation, Exit & Demobilisation, Transition and Stabilisation) - Programme Assurance The supplier will be required to have a flexible approach to the delivery of this contract, and the Authority may, at its sole discretion, choose to call upon any of the service lines listed above, at any time during the Contract Term. The Authority shall not be required to maintain a minimum level of usage or commitment across any Service Line. Charges shall only apply to Service Lines that are actively engaged. Please refer to the specification and associated tender documents for further details.

Lot Information

Lot 1

Options: The specification and contract will include optional / call-off Services that the Authority may, at its sole discretion, choose to call upon, at any time during the life of the contract. As required, the Supplier will make available and provide a range of additional optional / call off services to provide strategic technical advice and input to the target operating model design; Estates pipeline review and design; delivery model and specification development; and workflow design activities within Real Estate, Property and Workplace Management environments. Optional / Call-Off service lines may include but are not limited to: - Sustainability - Asset Management - Hard & Soft Facilities Management - Programme Management Office (PMO) Support (to support the Authority's internal PMO Team) The optional / call-off services do not materially alter the original requirement or change the overall nature of the contract.

Renewal: This contract includes an option for the Authority to extend the Contract for a further period of up to 1 year, with a second additional period of up to one year.

Planning Information

- The Department for Work and Pensions (the "Department") is seeking market feedback on a potential upcoming opportunity for the DWP Estates 2030 Programme Support. - The Estates 2030 Programme will be focused on reviewing our full Operating Model, Procurement pipeline and support on a series of future re-procurements and ensure alignment with the design and development of a new and evolving Target Operating Model. - At the heart of this programme, a key objective will be to design, deliver, transition and stabilise the movement from the second iteration of the DWP Estates Integrator Model services to the future service design, based on the most effective use of technology, data and innovation through market analysis - Due to the varied, specialist nature and scope of services required for the Estates 2030 Programme, DWP require external strategic advice, support and subject matter expertise across a number of areas including but not limited to: * Operating Model Design (in a Real Estate, Property and Workplace Management environment) * Real Estate and Property expertise * Market Insight, Technology and Data specialism * Systems Integration, procurement support * Organisational Design & Review * Change Management * Transitionary support * Programme Management - We would like to issue a questionnaire to interested suppliers and market feedback will be used to assist the Department in gaining a better understanding of the feasibility of the requirements, the most appropriate approach, the capacity of the market to deliver and any possible risks or issues to be considered. - There is no commercial advantage or disadvantage to your organisation as a result of being involved in this market engagement exercise. All information provided in this questionnaire will be treated in confidence and will NOT be considered in any future tender evaluation exercise. Any information provided in response to this questionnaire marked as commercially sensitive will be treated as such. Disclaimer: Please note that the purpose of this Notice is for market engagement only. It does not signify the commencement of any procurement process and does not constitute any commitment by the Department. A separate notice(s) will be published at the relevant time should the Department decide to commence any procurement(s). Please contact amy.chan1@dwp.gov.uk and thomas.greenstein@dwp.gov.uk if you are interested in this opportunity.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05a336
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014015-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

66 - Financial and insurance services

70 - Real estate services

72 - IT services: consulting, software development, Internet and support

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

66171000 - Financial consultancy services

70000000 - Real estate services

72221000 - Business analysis consultancy services

72222000 - Information systems or technology strategic review and planning services

72224000 - Project management consultancy services

72514100 - Facilities management services involving computer operation

79212000 - Auditing services

79400000 - Business and management consultancy and related services

79993000 - Building and facilities management services

Notice Value(s)

Tender Value
£22,000,000 £10M-£100M
Lots Value
£22,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Feb 20266 days ago
Submission Deadline
Not specified
Future Notice Date
6 Feb 2026Expired
Award Date
Not specified
Contract Period
7 Jul 2026 - 7 Jul 2028 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR WORK & PENSIONS
Contact Name
Amy Chan
Contact Email
amy.chan1@dwp.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1H 9NA
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05a336-2026-02-16T16:44:31Z",
    "date": "2026-02-16T16:44:31Z",
    "ocid": "ocds-h6vhtk-05a336",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "060141-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/060141-2025",
                "datePublished": "2025-09-26T13:09:13+01:00",
                "format": "text/html"
            },
            {
                "id": "060148-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/060148-2025",
                "datePublished": "2025-09-26T13:15:27+01:00",
                "format": "text/html"
            },
            {
                "id": "073192-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/073192-2025",
                "datePublished": "2025-11-12T13:35:10Z",
                "format": "text/html"
            },
            {
                "id": "073245-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/073245-2025",
                "datePublished": "2025-11-12T14:51:43Z",
                "format": "text/html"
            },
            {
                "id": "007992-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/007992-2026",
                "datePublished": "2026-01-29T12:15:30Z",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "- The Department for Work and Pensions (the \"Department\") is seeking market feedback on a potential upcoming opportunity for the DWP Estates 2030 Programme Support. - The Estates 2030 Programme will be focused on reviewing our full Operating Model, Procurement pipeline and support on a series of future re-procurements and ensure alignment with the design and development of a new and evolving Target Operating Model. - At the heart of this programme, a key objective will be to design, deliver, transition and stabilise the movement from the second iteration of the DWP Estates Integrator Model services to the future service design, based on the most effective use of technology, data and innovation through market analysis - Due to the varied, specialist nature and scope of services required for the Estates 2030 Programme, DWP require external strategic advice, support and subject matter expertise across a number of areas including but not limited to: * Operating Model Design (in a Real Estate, Property and Workplace Management environment) * Real Estate and Property expertise * Market Insight, Technology and Data specialism * Systems Integration, procurement support * Organisational Design & Review * Change Management * Transitionary support * Programme Management - We would like to issue a questionnaire to interested suppliers and market feedback will be used to assist the Department in gaining a better understanding of the feasibility of the requirements, the most appropriate approach, the capacity of the market to deliver and any possible risks or issues to be considered. - There is no commercial advantage or disadvantage to your organisation as a result of being involved in this market engagement exercise. All information provided in this questionnaire will be treated in confidence and will NOT be considered in any future tender evaluation exercise. Any information provided in response to this questionnaire marked as commercially sensitive will be treated as such. Disclaimer: Please note that the purpose of this Notice is for market engagement only. It does not signify the commencement of any procurement process and does not constitute any commitment by the Department. A separate notice(s) will be published at the relevant time should the Department decide to commence any procurement(s). Please contact amy.chan1@dwp.gov.uk and thomas.greenstein@dwp.gov.uk if you are interested in this opportunity.",
                "dueDate": "2025-10-31T23:59:59Z",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PJCP-7274-TLRQ",
            "name": "Department for Work & Pensions",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJCP-7274-TLRQ"
            },
            "address": {
                "streetAddress": "Caxton House 7th Floor 6-12 Tothill Street",
                "locality": "London",
                "postalCode": "SW1H 9NA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "amy.chan1@dwp.gov.uk",
                "name": "Amy Chan"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PJCP-7274-TLRQ",
        "name": "Department for Work & Pensions"
    },
    "tender": {
        "id": "C7980",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "DWP Estates 2030 Strategic Pipeline Optimisation Programme (SPOP)",
        "description": "DWP Estates is embarking on the delivery of the Estates 2030 Strategy and Vision, which will incorporate a new Estates 2030 Strategic Pipeline Optimisation Programme (SPOP). The Estates 2030 Strategic Pipeline Optimisation Programme is a DWP Estates led strategic transformation programme that will support a series of future re-procurements and ensure alignment with the design and development of a new and evolving Target Operating Model, incorporating a review of the internal DWP Estates organisation and ways of working. This programme will undertake a comprehensive review of the significant and complex Estates strategic pipeline to ensure the supply chain is best organised and strategically placed to support the delivery of the DWP Estates 2030 strategy. This programme will help to identify opportunities for improvements and efficiencies in future service delivery across the Estates portfolio. Using Industry Best Practice and Market Insight, SPOP will incorporate an Estates internal operating model review, capability mapping, assessment and future structure (post insource/outsource analysis), mobilising new services that are insourced to DWP as required. Consideration will be given for the Data, System and Reporting requirements of DWP Estates and an optimal delivery model based on market insight and optimal strategic delivery. At the heart of this programme, a key objective will be to design, deliver, transition and stabilise the movement from the second iteration of the DWP Estates Integrator Model services to the future service design, based on the most effective use of technology, data and innovation through market analysis. This will include supporting a Delivery Model Assessment (DMA) (a \"Make or Buy\" decision) for the current contract. Due to the varied, specialist nature and scope of services required for this Programme, the Authority is seeking external strategic advice and support across a number of areas including but not limited: - Real Estate and Property expertise - End to end Target Operating Model Design in the context of a Real Estate, Property & Workplace Management Environment - Data, Data Management, Business Intelligence and Insights in the context of Real Estate, Property & Workplace Management Environment - Technology and Systems Design and Integration, inclusive of, but not limited to overall CAFM design, Integration and overall Real Estate systems landscape - Market Insight and Analysis - Change Management - Organisational Design and Development - Contract Transition Support (Mobilisation, Exit & Demobilisation, Transition and Stabilisation) - Programme Assurance The supplier will be required to have a flexible approach to the delivery of this contract, and the Authority may, at its sole discretion, choose to call upon any of the service lines listed above, at any time during the Contract Term. The Authority shall not be required to maintain a minimum level of usage or commitment across any Service Line. Charges shall only apply to Service Lines that are actively engaged. Please refer to the specification and associated tender documents for further details.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "66171000",
                        "description": "Financial consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70000000",
                        "description": "Real estate services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72221000",
                        "description": "Business analysis consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72222000",
                        "description": "Information systems or technology strategic review and planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72514100",
                        "description": "Facilities management services involving computer operation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212000",
                        "description": "Auditing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79400000",
                        "description": "Business and management consultancy and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79993000",
                        "description": "Building and facilities management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-08T00:00:00+01:00",
                    "endDate": "2028-07-07T23:59:59+01:00",
                    "maxExtentDate": "2030-07-07T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 26400000,
                    "amount": 22000000,
                    "currency": "GBP"
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "A procurement specific questionnaire (PSQ) will be made available on the Portal which all Suppliers are required to complete and return in accordance with the Procurement Timetable and instructions that will be provided. The Department will use this stage to confirm that neither the Supplier, nor any related persons within its corporate group, associated persons relied on to meet the conditions of participation, or proposed Sub-contractors are listed on the Cabinet Office debarment list. To the extent that any such entities are listed on the debarment list, the Department will consider whether to exclude the Supplier from participating in the Procurement in accordance with its obligations under the Act. The Department will also undertake a review of the completed PSQ with reference to any information held on the Central Digital Platform. Responses to any conditions of participation will be assessed in accordance with the selection process and any selection criteria as set out in the Tender Notice, PSQ and tender documents. There will be a combination of pass/fail questions and scored questions in the PSQ and assessment of these responses will identify shortlisted Suppliers to be invited to participate in Stage 2. The questions will be scored in accordance with the scoring criteria set out in the tender documents. The shortlisted suppliers that score the highest at this stage will then be invited to submit a final tender",
                            "forReduction": true
                        },
                        {
                            "type": "economic",
                            "description": "PSQ Part 3A - Financial Capacity questions regarding FVRA, guarantor and insurance levels apply. As part of the Financial Capacity Conditions of Participation, Suppliers are required to submit a fully completed Financial Viability Risk Assessment (FVRA) tool. This is to assess the financial capacity of a Supplier and highlight any potential financial risks to the Authority in contracting with that Supplier. PSQ Part 3A Legal Capacity question regarding UK General Data Protection Regulation applies. Please refer to the PSQ, Instructions to Suppliers document and associated tender documents for further details."
                        },
                        {
                            "type": "technical",
                            "description": "PSQ Part 3A - Technical Ability questions apply. The Authority has set conditions of participation relating to supplier's technical ability. There are 3 scored questions relating to relevant experience and contract examples. Each question will be scored individually to provide an overall score for Stage 1 of the procurement process. A summary of the scored questions is as follows: - Relevant experience and contract examples - Real Estates and Property expertise - Relevant experience and contract examples - Data, systems and IT security - Relevant experience and contract examples - Mobilisation and Strategic Change Please refer to the PSQ, Instructions to Suppliers document and associated tender documents for further details . There are also a number of pass/fail questions relating to conditions of participation to assess a supplier's technical ability, under PSQ Part 3B that apply, including: - Questions in relation to Supply Chain and Payment in contracts - Questions in relation to Carbon Reduction Plan - Questions in relation to Modern Slavery Please refer to the PSQ, Instructions to Suppliers document and associated tender documents for further details."
                        },
                        {
                            "description": "Please refer to the Instructions to Suppliers document and associated tender documents for further details.",
                            "forReduction": true
                        }
                    ]
                },
                "renewal": {
                    "description": "This contract includes an option for the Authority to extend the Contract for a further period of up to 1 year, with a second additional period of up to one year."
                },
                "hasOptions": true,
                "options": {
                    "description": "The specification and contract will include optional / call-off Services that the Authority may, at its sole discretion, choose to call upon, at any time during the life of the contract. As required, the Supplier will make available and provide a range of additional optional / call off services to provide strategic technical advice and input to the target operating model design; Estates pipeline review and design; delivery model and specification development; and workflow design activities within Real Estate, Property and Workplace Management environments. Optional / Call-Off service lines may include but are not limited to: - Sustainability - Asset Management - Hard & Soft Facilities Management - Programme Management Office (PMO) Support (to support the Authority's internal PMO Team) The optional / call-off services do not materially alter the original requirement or change the overall nature of the contract."
                },
                "awardCriteria": {
                    "weightingDescription": "A Price Per Quality Point (PQP) methodology will be used to assess tender submissions. The Tender with the lowest PQP score represents the Most Advantageous Tender (MAT), subject to the minimum scores being achieved, and will be ranked first and be awarded the Contract. Please refer to the Instructions to Suppliers document and associated tender documents for further details.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality (Technical Questions)",
                            "description": "The potential 3 Suppliers that achieve the highest scores at the Invitation to participate stage (Stage 1) will be invited to submit a final tender (Stage 2). This final tender will require Suppliers to provide answers to the technical questions and to provide pricing information by completing the pricing schedule document. Stage 2 includes a presentation stage which forms part of the technical questions. Suppliers must submit a presentation response (in Microsoft PowerPoint format) as part of the overall tender submission by the tender submission deadline as outlined in the Procurement Timetable. The presentation stage is NOT a separate stage. There are 5 technical questions as summarised below: Q1 - Proposed delivery team - 30% Q2 - Technology & Systems - 25% Q3 - Performance Management - 15% Q4 - Social Value - 10% Q5 - Strategic Advice & Target Operating Model (presentation) - 20% Please refer to the Instructions to Suppliers document and associated tender documents for further details on the minimum acceptable score, scoring methodology, page limits and tie breaker methodology."
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Suppliers invited to Stage 2 of the procurement process must upload a fully completed pricing schedule. Please refer to the Instructions to Suppliers document and associated tender documents for further details."
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 3
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-02-06T23:59:59Z"
        },
        "status": "active",
        "aboveThreshold": true,
        "value": {
            "amountGross": 26400000,
            "amount": 22000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "Qualifying planned procurement notice",
            "features": "This competitive flexible procedure will be conducted in two (2) stages. Stage 1 is the invitation to participate stage. A Procurement Specific questionnaire (PSQ) is available on the Portal which all Suppliers are required to complete and return in accordance with the Procurement Timetable and instructions within the instructions to Suppliers (ITS) document. The PSQ includes a combination of pass/fail questions and questions relating to conditions of participation that will be used to reduce the number of participants to a shortlist of a maximum of 3 suppliers who will then be invited to stage 2 of the procurement process. If a supplier fails any of the pass/fail questions and/or does not achieve the minimum acceptable score for the scored questions, they will be unsuccessful at this stage. The top 3 Suppliers with the highest scores in this stage will be invited to participate in Stage 2 of the procurement process, which is the invitation to submit a final tender stage. Stage 1 will complete with Suppliers being notified in writing of whether or not they have been successfully shortlisted to participate in Stage 2. Suppliers not invited to Stage 2 will be provided with a written explanation of the reasons why they have not been shortlisted to participate in Stage 2. Stage 2 will be a minimum of 10 days (reduced tendering time limit with the use of a Qualifying Planned Procurement Notice). This stage will include the 3 shortlisted suppliers (from Stage 1) being invited to submit a final tender. Shortlisted suppliers will be invited to respond to the technical questions (including presentation criteria) and to submit a completed pricing schedule before the tender submission deadline. Suppliers will also be required to attend a presentation meeting on 07/05/26 and/or 08/05/26, however the dates are subject to change. The Authority reserves the right, in its absolute discretion, to amend the Procurement Timetable or extend any time period in connection with the Procurement. Any changes to the Procurement Timetable will be notified simultaneously to the Suppliers. Please refer to the Instructions to Suppliers document for further details."
        },
        "submissionMethodDetails": "The Authority will be administering the Procurement Process electronically via the e-tendering Portal, Atamis. All communications with the Authority must be conducted via the Atamis Portal, https://dwp2.my.site.com/s/Welcome The procurement documents are available via the Atamis portal.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-03-13T12:00:00Z",
        "awardPeriod": {
            "endDate": "2026-07-08T23:59:59+01:00"
        },
        "amendments": [
            {
                "id": "073245-2025",
                "description": "The procedure section has been updated with additional information."
            },
            {
                "id": "007992-2026",
                "description": "Very minor amendment to project title and updated estimated dates"
            }
        ],
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "lotDetails": {
            "noLotsDivisionRationale": "In accordance with section 18 of the Procurement Act 2023, the Authority has considered whether the Services could reasonably be supplied under more than one contract by dividing the procurement into lots. The Authority has concluded that splitting the procurement into lots could make the requirement disproportionately expensive to manage and increase the technical risk to deliver the requirement. The Services will be supplied under one contract."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "Tender documents are available via the Atamis portal https://dwp2.my.site.com/s/Welcome",
                "url": "https://dwp2.my.site.com/s/Welcome"
            },
            {
                "id": "014015-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/014015-2026",
                "datePublished": "2026-02-16T16:44:31Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}