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