Notice Information
Notice Title
Estates & Facilities Consultancy Dynamic Purchasing System (DUPLICATE CONTRACT NOTICE ORIGINAL: 2021/S 000-001562) Reference: DN512850
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
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-064e20
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/012508-2026
- 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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-064e20-2026-02-11T15:03:58Z",
"date": "2026-02-11T15:03:58Z",
"ocid": "ocds-h6vhtk-064e20",
"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": "ocds-h6vhtk-064e20",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Estates & Facilities Consultancy Dynamic Purchasing System (DUPLICATE CONTRACT NOTICE ORIGINAL: 2021/S 000-001562) Reference: DN512850",
"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"
}