Tender

Estates & Facilities Consultancy Dynamic Purchasing System (DUPLICATE CONTRACT NOTICE ORIGINAL: 2021/S 000-001562) Reference: DN512850

  • London Procurement Partnership

F02: Contract notice

Notice identifier: 2026/S 000-012508

Procurement identifier (OCID): ocds-h6vhtk-064e20

Published 11 February 2026, 3:03pm



Section one: Contracting authority

one.1) Name and addresses

London Procurement Partnership

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

London

SE1 2ND

Contact

Risha Mehta

Email

gstt.lppefps1@nhs.net

Telephone

+44 02071886680

Country

United Kingdom

Region code

UKI44 - Lewisham and Southwark

Internet address(es)

Main address

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

Buyer's address

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

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned 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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Estates & Facilities Consultancy Dynamic Purchasing System (DUPLICATE CONTRACT NOTICE ORIGINAL: 2021/S 000-001562) Reference: DN512850

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.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.

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.

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.

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.

two.1.5) Estimated total value

Value excluding VAT: £1,690,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 70000000 - Real estate services
  • 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

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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:

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



two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £1,690,000,000

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

Start date

24 June 2021

End date

23 June 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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2017/S 041-075014

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

Date

12 February 2026

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

28 January 2021

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

English

four.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 six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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:

(i) any National Health Service (NHS) Trust NHS Entities;

(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:

— LPP clients,

— Collaborative Procurement Partnership (NHS CPP)* clients

— Local Authorities,

— Educational Establishments,

— Registered providers and emergency services,

— NHS Bodies,

— Hospices,

— Central government departments and their agencies,

— Public Corporations,

— Police forces in the United Kingdom,

— Fire and Rescue Services,

— Registered Social Landlords (Housing Associations),

— Third Sector and Charities.

* 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.

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.

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.

six.4) Procedures for review

six.4.1) Review body

Guy's and St Thomas' NHS Foundation Trust

Great Maze Pond

London

SE1 9RT

Country

United Kingdom

Internet address

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