Tender

DWP Estates 2030 Strategic Pipeline Optimisation Programme (SPOP)

  • Department for Work & Pensions

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-014015

Procurement identifier (OCID): ocds-h6vhtk-05a336 (view related notices)

Published 16 February 2026, 4:44pm



Scope

Reference

C7980

Description

DWP Estates is embarking on the delivery of the Estates 2030 Strategy and Vision, which will incorporate a new Estates 2030 Strategic Pipeline Optimisation Programme (SPOP).

The Estates 2030 Strategic Pipeline Optimisation Programme is a DWP Estates led strategic transformation programme that will support a series of future re-procurements and ensure alignment with the design and development of a new and evolving Target Operating Model, incorporating a review of the internal DWP Estates organisation and ways of working.

This programme will undertake a comprehensive review of the significant and complex Estates strategic pipeline to ensure the supply chain is best organised and strategically placed to support the delivery of the DWP Estates 2030 strategy. This programme will help to identify opportunities for improvements and efficiencies in future service delivery across the Estates portfolio.

Using Industry Best Practice and Market Insight, SPOP will incorporate an Estates internal operating model review, capability mapping, assessment and future structure (post insource/outsource analysis), mobilising new services that are insourced to DWP as required. Consideration will be given for the Data, System and Reporting requirements of DWP Estates and an optimal delivery model based on market insight and optimal strategic delivery.

At the heart of this programme, a key objective will be to design, deliver, transition and stabilise the movement from the second iteration of the DWP Estates Integrator Model services to the future service design, based on the most effective use of technology, data and innovation through market analysis. This will include supporting a Delivery Model Assessment (DMA) (a "Make or Buy" decision) for the current contract.

Due to the varied, specialist nature and scope of services required for this Programme, the Authority is seeking external strategic advice and support across a number of areas including but not limited:

- Real Estate and Property expertise

- End to end Target Operating Model Design in the context of a Real Estate, Property & Workplace Management Environment

- Data, Data Management, Business Intelligence and Insights in the context of Real Estate, Property & Workplace Management Environment

- Technology and Systems Design and Integration, inclusive of, but not limited to overall CAFM design, Integration and overall Real Estate systems landscape

- Market Insight and Analysis

- Change Management

- Organisational Design and Development

- Contract Transition Support (Mobilisation, Exit & Demobilisation, Transition and Stabilisation)

- Programme Assurance

The supplier will be required to have a flexible approach to the delivery of this contract, and the Authority may, at its sole discretion, choose to call upon any of the service lines listed above, at any time during the Contract Term.

The Authority shall not be required to maintain a minimum level of usage or commitment across any Service Line. Charges shall only apply to Service Lines that are actively engaged.

Please refer to the specification and associated tender documents for further details.

Total value (estimated)

  • £22,000,000 excluding VAT
  • £26,400,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 8 July 2026 to 7 July 2028
  • Possible extension to 7 July 2030
  • 4 years

Description of possible extension:

This contract includes an option for the Authority to extend the Contract for a further period of up to 1 year, with a second additional period of up to one year.

Options

The right to additional purchases while the contract is valid.

The specification and contract will include optional / call-off Services that the Authority may, at its sole discretion, choose to call upon, at any time during the life of the contract.

As required, the Supplier will make available and provide a range of additional optional / call off services to provide strategic technical advice and input to the target operating model design; Estates pipeline review and design; delivery model and specification development; and workflow design activities within Real Estate, Property and Workplace Management environments. Optional / Call-Off service lines may include but are not limited to:

- Sustainability

- Asset Management

- Hard & Soft Facilities Management

- Programme Management Office (PMO) Support (to support the Authority's internal PMO Team)

The optional / call-off services do not materially alter the original requirement or change the overall nature of the contract.

Main procurement category

Services

CPV classifications

  • 66171000 - Financial consultancy services
  • 70000000 - Real estate services
  • 72221000 - Business analysis consultancy services
  • 72222000 - Information systems or technology strategic review and planning services
  • 72224000 - Project management consultancy services
  • 72514100 - Facilities management services involving computer operation
  • 79212000 - Auditing services
  • 79400000 - Business and management consultancy and related services
  • 79993000 - Building and facilities management services

Contract locations

  • UK - United Kingdom

Justification for not using lots

In accordance with section 18 of the Procurement Act 2023, the Authority has considered whether the Services could reasonably be supplied under more than one contract by dividing the procurement into lots.

The Authority has concluded that splitting the procurement into lots could make the requirement disproportionately expensive to manage and increase the technical risk to deliver the requirement. The Services will be supplied under one contract.


Participation

Legal and financial capacity conditions of participation

PSQ Part 3A - Financial Capacity questions regarding FVRA, guarantor and insurance levels apply.

As part of the Financial Capacity Conditions of Participation, Suppliers are required to submit a fully completed Financial Viability Risk Assessment (FVRA) tool. This is to assess the financial capacity of a Supplier and highlight any potential financial risks to the Authority in contracting with that Supplier.

PSQ Part 3A Legal Capacity question regarding UK General Data Protection Regulation applies.

Please refer to the PSQ, Instructions to Suppliers document and associated tender documents for further details.

Technical ability conditions of participation

PSQ Part 3A - Technical Ability questions apply.

The Authority has set conditions of participation relating to supplier's technical ability.

There are 3 scored questions relating to relevant experience and contract examples. Each question will be scored individually to provide an overall score for Stage 1 of the procurement process.

A summary of the scored questions is as follows:

- Relevant experience and contract examples - Real Estates and Property expertise

- Relevant experience and contract examples - Data, systems and IT security

- Relevant experience and contract examples - Mobilisation and Strategic Change

Please refer to the PSQ, Instructions to Suppliers document and associated tender documents for further details .

There are also a number of pass/fail questions relating to conditions of participation to assess a supplier's technical ability, under PSQ Part 3B that apply, including:

- Questions in relation to Supply Chain and Payment in contracts

- Questions in relation to Carbon Reduction Plan

- Questions in relation to Modern Slavery

Please refer to the PSQ, Instructions to Suppliers document and associated tender documents for further details.

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Submission type

Requests to participate

Deadline for requests to participate

13 March 2026, 12:00pm

Submission address and any special instructions

The Authority will be administering the Procurement Process electronically via the e-tendering Portal, Atamis. All communications with the Authority must be conducted via the Atamis Portal,

https://dwp2.my.site.com/s/Welcome

The procurement documents are available via the Atamis portal.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

Maximum 3 suppliers

Selection criteria:

Please refer to the Instructions to Suppliers document and associated tender documents for further details.

Award decision date (estimated)

8 July 2026


Award criteria

This table displays the award criteria of the lot
Name Description Type
Quality (Technical Questions)

The potential 3 Suppliers that achieve the highest scores at the Invitation to participate stage (Stage 1) will be invited to submit a final tender (Stage 2). This final tender will require Suppliers...

Quality
Price

Suppliers invited to Stage 2 of the procurement process must upload a fully completed pricing schedule.

Please refer to the Instructions to Suppliers document and associated tender documents for...

Price

Weighting description

A Price Per Quality Point (PQP) methodology will be used to assess tender submissions. The Tender with the lowest PQP score represents the Most Advantageous Tender (MAT), subject to the minimum scores being achieved, and will be ranked first and be awarded the Contract.

Please refer to the Instructions to Suppliers document and associated tender documents for further details.


Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

This competitive flexible procedure will be conducted in two (2) stages.

Stage 1 is the invitation to participate stage. A Procurement Specific questionnaire (PSQ) is available on the Portal which all Suppliers are required to complete and return in accordance with the Procurement Timetable and instructions within the instructions to Suppliers (ITS) document.

The PSQ includes a combination of pass/fail questions and questions relating to conditions of participation that will be used to reduce the number of participants to a shortlist of a maximum of 3 suppliers who will then be invited to stage 2 of the procurement process. If a supplier fails any of the pass/fail questions and/or does not achieve the minimum acceptable score for the scored questions, they will be unsuccessful at this stage. The top 3 Suppliers with the highest scores in this stage will be invited to participate in Stage 2 of the procurement process, which is the invitation to submit a final tender stage.

Stage 1 will complete with Suppliers being notified in writing of whether or not they have been successfully shortlisted to participate in Stage 2. Suppliers not invited to Stage 2 will be provided with a written explanation of the reasons why they have not been shortlisted to participate in Stage 2.

Stage 2 will be a minimum of 10 days (reduced tendering time limit with the use of a Qualifying Planned Procurement Notice). This stage will include the 3 shortlisted suppliers (from Stage 1) being invited to submit a final tender.

Shortlisted suppliers will be invited to respond to the technical questions (including presentation criteria) and to submit a completed pricing schedule before the tender submission deadline.

Suppliers will also be required to attend a presentation meeting on 07/05/26 and/or 08/05/26, however the dates are subject to change. The Authority reserves the right, in its absolute discretion, to amend the Procurement Timetable or extend any time period in connection with the Procurement. Any changes to the Procurement Timetable will be notified simultaneously to the Suppliers.

Please refer to the Instructions to Suppliers document for further details.

Reduced tendering period

Yes

Qualifying planned procurement notice - minimum 10 days


Documents

Associated tender documents

https://dwp2.my.site.com/s/Welcome

Tender documents are available via the Atamis portal https://dwp2.my.site.com/s/Welcome


Contracting authority

Department for Work & Pensions

  • Public Procurement Organisation Number: PJCP-7274-TLRQ

Caxton House 7th Floor 6-12 Tothill Street

London

SW1H 9NA

United Kingdom

Contact name: Amy Chan

Email: amy.chan1@dwp.gov.uk

Region: UKI32 - Westminster

Organisation type: Public authority - central government