Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

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

  • First published: 12 February 2026
  • Last modified: 12 February 2026
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-064dad
Published by:
London Procurement Partnership
Authority ID:
AA86176
Publication date:
12 February 2026
Deadline date:
12 February 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

London Procurement Partnership

2nd Floor, India House, 45 Curlew St, London SE1 2ND

London

SE1 2ND

UK

Contact person: Risha Mehta

Telephone: +44 02071886680

E-mail: gstt.lppefps1@nhs.net

NUTS: UKI44

Internet address(es)

Main address: https://www.lpp.nhs.uk/

Address of the buyer profile: https://www.lpp.nhs.uk/

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://atamis-1928.my.site.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://atamis-1928.my.site.com/s/Welcome


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://atamis-1928.my.site.com/s/Welcome


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

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

Reference number: DN512850

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short 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.

II.1.5) Estimated total value

Value excluding VAT: 1 690 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

70000000

70000000

70112000

71000000

73431000

79000000

79417000

79993100

79994000

80610000

90713000

98000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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/>

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 690 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 24/06/2021

End: 23/06/2026

This contract is subject to renewal: Yes

Description of renewals:

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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2017/S 041-075014

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 12/02/2026

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 28/01/2021

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 60 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

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.

VI.4) Procedures for review

VI.4.1) Review body

Guy's and St Thomas' NHS Foundation Trust

Great Maze Pond

London

SE1 9RT

UK

Internet address(es)

URL: https://www.lpp.nhs.uk/

VI.5) Date of dispatch of this notice

11/02/2026

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
79994000 Contract administration services Miscellaneous business-related services
70112000 Development of non-residential real estate Development services of real estate
90713000 Environmental issues consultancy services Environmental management
79993100 Facilities management services Building and facilities management services
98000000 Other community, social and personal services Other Services
70000000 Real estate services Construction and Real Estate
79417000 Safety consultancy services Business and management consultancy services
73431000 Test and evaluation of security equipment Test and evaluation
80610000 Training and simulation in security equipment Training services in defence and security materials

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
gstt.lppefps1@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.