Tender

Estates & Facilities Consultancy Dynamic Purchasing System (DUPLICATE CONTRACT NOTICE ORIGINAL: 2021/S 000-001562)

LONDON PROCUREMENT PARTNERSHIP

This public procurement record has 1 release in its history.

Tender

11 Feb 2026 at 12:45

Summary of the contracting process

NHS London Procurement Partnership (LPP), in collaboration with Guy's and St Thomas' NHS Foundation Trust, is currently in the tender stage of establishing a Dynamic Purchasing System (DPS) for Estates & Facilities Consultancy Services, primarily aimed at the health and public sector. This framework allows participation from numerous entities, including NHS Trusts, local authorities, and other public sector bodies across the UK. The procurement process is using a restricted procedure and is classified under the architectural, construction, engineering, and inspection services category. The tender process is open for submissions until 12 February 2026. LPP serves as the central purchasing body, with operations centred from London, providing opportunities across seven UK regions and the devolved nations.

This procurement initiative offers a lucrative opportunity with a total potential value of £1.69 billion. The DPS framework encourages applications from experienced suppliers in various consultancy fields, including architecture, asbestos management, and engineering consultancy services. It is open, allowing new suppliers to join at any point. Companies in sectors such as environmental consultancy, facilities management, and safety consultancy, present excellent opportunities to expand services and collaborate with major public bodies. The DPS structure, with its selective procurement method, allows businesses to partake in mini-competitions, providing tailored opportunities for engagement and potential growth through the procurement of specific services across various UK regions. The LPP, being a body governed by public law, ensures fair and conducive business practices, ideal for established firms aiming to solidify their presence in public sector consultancy.

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

Estates & Facilities Consultancy Dynamic Purchasing System (DUPLICATE CONTRACT NOTICE ORIGINAL: 2021/S 000-001562)

Notice Description

NHS London Procurement Partnership (LPP) are inviting applications from experienced suppliers of Estates & Facilities Consultancy Services to be appointed onto a Dynamic Purchasing System (DPS) to provide high quality services to health and public sector organisations.<br/><br/>The DPS is a two-stage process. The first stage will see invitations to participate issued to selected supplier categories in three successive waves. There will no limit on the number of suppliers that may join the DPS for each service category. New suppliers can also apply to join the DPS at any point during its lifetime.<br/><br/>Individual contracts are awarded during the second stage. In this stage, approved users of the DPS (referred to as Contracting Authorities) will invite all suppliers on the DPS for the service category and location required to bid for a specific contract. During the DPS validity period, a Contracting Authority will be able to search for Potential Providers that match their requirements using: work category, location of project, value of project and any other criteria deemed necessary and available within the standard search criteria Each Contracting Authority will be allowed to issue a Capability Assessment as part of its Mini-Competition to establish a final supplier list to invite to tender. It is also possible to combine categories where there are clear synergies and common industry precedents.<br/><br/>The type of services that may be procured under the DPS may include but are not limited to those services identified by CPV code and summarised in section II.2. The precise limit and extent of every potential service however, cannot be clearly defined at this stage.

Lot Information

Lot 1

The specific services that may be procured under the DPS cannot be clearly defined at this stage, however the nature and types of works that may be required may include but not limited to those works identified by CPV code and summarised below:

Category 1 Architecture

Category 2 Asbestos Management Service

Category 3 Authorising Engineers and Regulatory Commissioning (AE)

Category 4 Building Surveying Services & Condition Reporting

Category 5 Construction Project Management Service

Category 6 Clerk of Works

Category 7 Quantity Surveying & Cost Consultancy services

Category 8 Principal Designer (CDM)

Category 9 Estates Strategy and Business Case Development

Category 10 Contract Administration - NEC ROLES

Category 11 Facilities Management Consultancy

Category 12 Mechanical & Electrical Engineering Services

Category 13 Civil and Structural Engineering Consultancy Services

Category 14 Air & Ventilation Systems Consultancy

Category 15 Acoustics & Vibration Consultancy

Category 16 Energy Efficiency Consultancy Services

Category 17 Environmental issues consultancy services

Category 18 Equality Act Consultancy Services

Category 19 Fire Consultancy

Category 20 Security Systems Consultancy

Category 21 Lift Consultancy

Category 22 Lighting Consultancy

Category 23 Property Acquisition Disposal & Management Advisory

Category 24 Waste Consultancy Services

Suppliers will also be grouped into seven (7) regions across England;

London

North East - West Yorkshire, South Yorkshire, North Yorkshire, East Riding of Yorkshire, Durham & Tyne and Wear.

North West - Cheshire, Merseyside, Greater Manchester, Lancashire & Cumbria.

Midlands - Herefordshire, Worcestershire, West Midlands, Warwickshire, Shropshire & Staffordshire.

East of England - Suffolk, Norfolk, Cambridgeshire, Leicestershire, Derbyshire, Nottinghamshire, Lincolnshire, Bedfordshire, Hertfordshire, Northamptonshire & Rutland.

South East - Bucks, Oxon, Hampshire, West Sussex, East Sussex, Surrey, Kent, Isle of Wight, Berkshire & Essex.

South West - Gloucestershire, Bristol, Wiltshire. Somerset, Dorset, Devon & Cornwall.

Suppliers will also be included for the following -

Scotland

Wales

Northern Ireland

Renewal: The DPS may be extended for further periods, provided that the total of the DPS agreement does not exceed ten (10) years

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-064dcc
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/012373-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Dynamic
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

70 - Real estate services

71 - Architectural, construction, engineering and inspection services

73 - Research and development services and related consultancy services

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

80 - Education and training services

90 - Sewage, refuse, cleaning and environmental services

98 - Other community, social and personal services


CPV Codes

70000000 - Real estate services

70112000 - Development of non-residential real estate

71000000 - Architectural, construction, engineering and inspection services

73431000 - Test and evaluation of security equipment

79000000 - Business services: law, marketing, consulting, recruitment, printing and security

79417000 - Safety consultancy services

79993100 - Facilities management services

79994000 - Contract administration services

80610000 - Training and simulation in security equipment

90713000 - Environmental issues consultancy services

98000000 - Other community, social and personal services

Notice Value(s)

Tender Value
£1,690,000,000 £1B-£10B
Lots Value
£1,690,000,000 £1B-£10B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 Feb 20261 weeks ago
Submission Deadline
12 Feb 2026Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
23 Jun 2021 - 23 Jun 2026 Over 5 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
LONDON PROCUREMENT PARTNERSHIP
Contact Name
Risha Mehta
Contact Email
gstt.lppefps1@nhs.net
Contact Phone
+44 02071886680

Buyer Location

Locality
LONDON
Postcode
SE1 2ND
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI44 Lewisham and Southwark
Delivery Location
Not specified

Local Authority
Southwark
Electoral Ward
North Bermondsey
Westminster Constituency
Bermondsey and Old Southwark

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-064dcc-2026-02-11T12:45:47Z",
    "date": "2026-02-11T12:45:47Z",
    "ocid": "ocds-h6vhtk-064dcc",
    "description": "NHS London Procurement Partnership (LPP) in collaboration with Guy's and St Thomas' NHS Foundation Trust wishes to establish a Framework Agreement for use by current and future LPP clients, including without limitation:<br/><br/>(i) any National Health Service (NHS) Trust NHS Entities;<br/><br/>(iii) other UK public sector bodies; (and their statutory successors and public sector health organisations and/or other public sector organisations created as a result of government reorganisation in the UK) and public sector bodies (or \"public sector body\" in the singular) include but are not to be limited to the following list:<br/><br/>-- LPP clients,<br/><br/>-- Collaborative Procurement Partnership (NHS CPP)* clients<br/><br/>-- Local Authorities,<br/><br/>-- Educational Establishments,<br/><br/>-- Registered providers and emergency services,<br/><br/>-- NHS Bodies,<br/><br/>-- Hospices,<br/><br/>-- Central government departments and their agencies,<br/><br/>-- Public Corporations,<br/><br/>-- Police forces in the United Kingdom,<br/><br/>-- Fire and Rescue Services,<br/><br/>-- Registered Social Landlords (Housing Associations),<br/><br/>-- Third Sector and Charities.<br/><br/>* Collaborative Procurement Partnership (NHS CPP), is comprised of NHS North of England Commercial Procurement Collaborative (NOE CPC), NHS London Procurement Partnership (LPP), NHS Commercial Solutions and East of England NHS Collaborative Procurement Hub (EOE CPH), and all of their clients and members.<br/><br/>The DPS Agreement includes the terms and conditions for subsequent Call-Offs, but places no obligations on approved users of the DPS to procure any Estates & Facilities Consultancy Services. The DPS in itself is therefore not a contract; contracts are only formed when works are called-off under the DPS. The Invitation to Tender documents issued by Contracting Authorities for specific call-off contracts will specify the terms and conditions for the execution of the service. Evaluation Criteria will be determined for each mini-competition by the Contracting Authority and set out in the tender documents.<br/><br/>Please note that LPP will be facilitating call-offs from the DPS for which there will be a nominal management levy to cover administration costs.",
    "initiationType": "tender",
    "tender": {
        "id": "DN512850",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Estates & Facilities Consultancy Dynamic Purchasing System (DUPLICATE CONTRACT NOTICE ORIGINAL: 2021/S 000-001562)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71000000",
            "description": "Architectural, construction, engineering and inspection services"
        },
        "mainProcurementCategory": "services",
        "description": "NHS London Procurement Partnership (LPP) are inviting applications from experienced suppliers of Estates & Facilities Consultancy Services to be appointed onto a Dynamic Purchasing System (DPS) to provide high quality services to health and public sector organisations.<br/><br/>The DPS is a two-stage process. The first stage will see invitations to participate issued to selected supplier categories in three successive waves. There will no limit on the number of suppliers that may join the DPS for each service category. New suppliers can also apply to join the DPS at any point during its lifetime.<br/><br/>Individual contracts are awarded during the second stage. In this stage, approved users of the DPS (referred to as Contracting Authorities) will invite all suppliers on the DPS for the service category and location required to bid for a specific contract. During the DPS validity period, a Contracting Authority will be able to search for Potential Providers that match their requirements using: work category, location of project, value of project and any other criteria deemed necessary and available within the standard search criteria Each Contracting Authority will be allowed to issue a Capability Assessment as part of its Mini-Competition to establish a final supplier list to invite to tender. It is also possible to combine categories where there are clear synergies and common industry precedents.<br/><br/>The type of services that may be procured under the DPS may include but are not limited to those services identified by CPV code and summarised in section II.2. The precise limit and extent of every potential service however, cannot be clearly defined at this stage.",
        "value": {
            "amount": 1690000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The specific services that may be procured under the DPS cannot be clearly defined at this stage, however the nature and types of works that may be required may include but not limited to those works identified by CPV code and summarised below:<br/><br/>Category 1 Architecture<br/><br/>Category 2 Asbestos Management Service<br/><br/>Category 3 Authorising Engineers and Regulatory Commissioning (AE)<br/><br/>Category 4 Building Surveying Services & Condition Reporting<br/><br/>Category 5 Construction Project Management Service<br/><br/>Category 6 Clerk of Works<br/><br/>Category 7 Quantity Surveying & Cost Consultancy services<br/><br/>Category 8 Principal Designer (CDM)<br/><br/>Category 9 Estates Strategy and Business Case Development<br/><br/>Category 10 Contract Administration - NEC ROLES<br/><br/>Category 11 Facilities Management Consultancy<br/><br/>Category 12 Mechanical & Electrical Engineering Services<br/><br/>Category 13 Civil and Structural Engineering Consultancy Services<br/><br/>Category 14 Air & Ventilation Systems Consultancy<br/><br/>Category 15 Acoustics & Vibration Consultancy<br/><br/>Category 16 Energy Efficiency Consultancy Services<br/><br/>Category 17 Environmental issues consultancy services<br/><br/>Category 18 Equality Act Consultancy Services<br/><br/>Category 19 Fire Consultancy<br/><br/>Category 20 Security Systems Consultancy<br/><br/>Category 21 Lift Consultancy<br/><br/>Category 22 Lighting Consultancy<br/><br/>Category 23 Property Acquisition Disposal & Management Advisory<br/><br/>Category 24 Waste Consultancy Services<br/><br/>Suppliers will also be grouped into seven (7) regions across England;<br/><br/>London<br/><br/>North East - West Yorkshire, South Yorkshire, North Yorkshire, East Riding of Yorkshire, Durham & Tyne and Wear.<br/><br/>North West - Cheshire, Merseyside, Greater Manchester, Lancashire & Cumbria.<br/><br/>Midlands - Herefordshire, Worcestershire, West Midlands, Warwickshire, Shropshire & Staffordshire.<br/><br/>East of England - Suffolk, Norfolk, Cambridgeshire, Leicestershire, Derbyshire, Nottinghamshire, Lincolnshire, Bedfordshire, Hertfordshire, Northamptonshire & Rutland.<br/><br/>South East - Bucks, Oxon, Hampshire, West Sussex, East Sussex, Surrey, Kent, Isle of Wight, Berkshire & Essex.<br/><br/>South West - Gloucestershire, Bristol, Wiltshire. Somerset, Dorset, Devon & Cornwall.<br/><br/>Suppliers will also be included for the following -<br/><br/>Scotland<br/><br/>Wales<br/><br/>Northern Ireland<br/><br/>",
                "value": {
                    "amount": 1690000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2021-06-24T00:00:00+01:00",
                    "endDate": "2026-06-23T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The DPS may be extended for further periods, provided that the total of the DPS agreement does not exceed ten (10) years"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "70000000",
                        "description": "Real estate services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70112000",
                        "description": "Development of non-residential real estate"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73431000",
                        "description": "Test and evaluation of security equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79417000",
                        "description": "Safety consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79993100",
                        "description": "Facilities management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79994000",
                        "description": "Contract administration services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80610000",
                        "description": "Training and simulation in security equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90713000",
                        "description": "Environmental issues consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98000000",
                        "description": "Other community, social and personal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://atamis-1928.my.site.com/s/Welcome",
        "communication": {
            "atypicalToolUrl": "https://atamis-1928.my.site.com/s/Welcome"
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasDynamicPurchasingSystem": true,
            "dynamicPurchasingSystem": {
                "type": "open"
            }
        },
        "tenderPeriod": {
            "endDate": "2026-02-12"
        },
        "secondStage": {
            "invitationDate": "2021-01-28T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 1800
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-128814",
            "name": "London Procurement Partnership",
            "identifier": {
                "legalName": "London Procurement Partnership"
            },
            "address": {
                "streetAddress": "2nd Floor, India House, 45 Curlew St, London SE1 2ND",
                "locality": "London",
                "region": "UKI44",
                "postalCode": "SE1 2ND",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Risha Mehta",
                "telephone": "+44 02071886680",
                "email": "gstt.lppefps1@nhs.net",
                "url": "https://atamis-1928.my.site.com/s/Welcome"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.lpp.nhs.uk/",
                "buyerProfile": "https://www.lpp.nhs.uk/",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "07",
                        "scheme": "COFOG",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-9768",
            "name": "Guy's and St Thomas' NHS Foundation Trust",
            "identifier": {
                "legalName": "Guy's and St Thomas' NHS Foundation Trust"
            },
            "address": {
                "streetAddress": "Great Maze Pond",
                "locality": "London",
                "postalCode": "SE1 9RT",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.lpp.nhs.uk/"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-128814",
        "name": "London Procurement Partnership"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:075014-2017:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}