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
Ash Fraser
Telephone
+44 2071886680
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.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://health-family.force.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
DPS for Works & Maintenance
Reference number
LPP/2020/011
two.1.2) Main CPV code
- 45210000 - Building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
NHS London Procurement Partnership (NHS LPP) are releasing the Dynamic Purchasing
Page 5 to 8
System (DPS) for Works and Maintenance (formerly known as Minor Works and Maintenance) , which is made up of a number of related
categories to support the NHS and the wider public sector to meet their repairs, renewals,
backlog maintenance requirements.
The categories are going to be released in a number of waves, potential suppliers are asked
to review the description for each category and ensure that they meet the criteria before
completing the required documentation to apply for a place on the DPS.
The DPS is free for suppliers to apply to and has no limited value of works. The DPS will
remain open to new applications throughout the life of the DPS, so suppliers can apply at any
stage.
The categories are: air handling units, filters, ventilation and extraction, asbestos
removal/treatment, boilers and associated plant (install and Maintain), brick and blockwork,
building (General), Building (Hospital), building management systems and automatic
control systems, cleaning and site clearance, cooling and refrigeration – chillers condensers
and split A/Cs, demolition work, doors, drainage, electrical installation and
maintenance/services, emergency lighting and power, fencing and gates, fire protection,
flooring (general), glazing, joinery and partition, landscaping, lifts, escalators and
conveyance systems, medical gas pipeline and equipment maintenance, painting and
decorating (general), plastering, plumbing, portable appliance testing and fixed wire testing,
road maintenance (minor works), roofing, scaffolding, security, access control, intruder and
CCTV systems, UPS and generators, wall and floor tiling, water systems — servicing,
legionella testing, thermostatic mixing valves, water hygiene and associated plant, windows
(PVCU), Curtain Wall, Sustainable onsite generation, Refurbishment, Mechanical &
Electrical, Car parks, Building Information Management, Heat Networks, Energy Assets.
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)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 44212310 - Scaffolding
- 39100000 - Furniture
- 34928310 - Safety fencing
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 09000000 - Petroleum products, fuel, electricity and other sources of energy
- 09300000 - Electricity, heating, solar and nuclear energy
- 44200000 - Structural products
- 39300000 - Miscellaneous equipment
- 24000000 - Chemical products
- 24111500 - Medical gases
- 24900000 - Fine and various chemical products
- 90000000 - Sewage, refuse, cleaning and environmental services
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 71334000 - Mechanical and electrical engineering services
- 31100000 - Electric motors, generators and transformers
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 71000000 - Architectural, construction, engineering and inspection services
- 34920000 - Road equipment
- 34928220 - Fencing components
- 35000000 - Security, fire-fighting, police and defence equipment
- 35100000 - Emergency and security equipment
- 45232141 - Heating works
- 45234170 - Locomotive-substations construction works
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 90650000 - Asbestos removal services
- 45400000 - Building completion work
- 41000000 - Collected and purified water
- 41100000 - Natural water
- 42000000 - Industrial machinery
- 42100000 - Machinery for the production and use of mechanical power
- 44482000 - Fire-protection devices
- 42160000 - Boiler installations
- 44212317 - Scaffolding structures
- 45331110 - Boiler installation work
- 42500000 - Cooling and ventilation equipment
- 44100000 - Construction materials and associated items
- 44480000 - Miscellaneous fire-protection equipment
- 45000000 - Construction work
- 77300000 - Horticultural services
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
- 31158100 - Battery chargers
- 31422000 - Battery packs
- 45210000 - Building construction work
- 45300000 - Building installation work
- 45213312 - Car park building construction work
- 98351100 - Car park services
- 90600000 - Cleaning and sanitation services in urban or rural areas, and related services
- 71310000 - Consultative engineering and construction services
- 09323000 - District heating
- 72242000 - Design-modelling services
- 45232140 - District-heating mains construction work
- 45251250 - District-heating plant construction work
- 71314100 - Electrical services
- 71300000 - Engineering services
- 90700000 - Environmental services
- 51000000 - Installation services (except software)
- 51100000 - Installation services of electrical and mechanical equipment
- 51110000 - Installation services of electrical equipment
- 51700000 - Installation services of fire protection equipment
- 50750000 - Lift-maintenance services
- 42100000 - Machinery for the production and use of mechanical power
- 45453100 - Refurbishment work
- 50000000 - Repair and maintenance services
- 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
- 50700000 - Repair and maintenance services of building installations
- 50720000 - Repair and maintenance services of central heating
- 72212730 - Security software development services
- 45100000 - Site preparation work
- 48000000 - Software package and information systems
- 09332000 - Solar installation
- 45261215 - Solar panel roof-covering work
- 45232220 - Substation construction work
- 44600000 - Tanks, reservoirs and containers; central-heating radiators and boilers
- 45232221 - Transformer substation
- 45223310 - Underground car park construction work
- 45251160 - Wind-power installation works
- 45200000 - Works for complete or part construction and civil engineering work
two.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
two.2.4) Description of the procurement
NHS London Procurement Partnership (NHS LPP) are releasing the Dynamic Purchasing
Page 5 to 8
System (DPS) for Works and Maintenance (formerly known as Minor Works and Maintenance) , which is made up of a number of related
categories to support the NHS and the wider public sector to meet their repairs, renewals,
backlog maintenance requirements.
The categories are going to be released in a number of waves, potential suppliers are asked
to review the description for each category and ensure that they meet the criteria before
completing the required documentation to apply for a place on the DPS.
The DPS is free for suppliers to apply to and has no limited value of works. The DPS will
remain open to new applications throughout the life of the DPS, so suppliers can apply at any
stage.
The categories are: air handling units, filters, ventilation and extraction, asbestos
removal/treatment, boilers and associated plant (install and Maintain), brick and blockwork,
building (General), Building (Hospital), building management systems and automatic
control systems, cleaning and site clearance, cooling and refrigeration – chillers condensers
and split A/Cs, demolition work, doors, drainage, electrical installation and
maintenance/services, emergency lighting and power, fencing and gates, fire protection,
flooring (general), glazing, joinery and partition, landscaping, lifts, escalators and
conveyance systems, medical gas pipeline and equipment maintenance, painting and
decorating (general), plastering, plumbing, portable appliance testing and fixed wire testing,
road maintenance (minor works), roofing, scaffolding, security, access control, intruder and
CCTV systems, UPS and generators, wall and floor tiling, water systems — servicing,
legionella testing, thermostatic mixing valves, water hygiene and associated plant, windows
(PVCU), Curtain Wall, Sustainable onsite generation, Refurbishment, Mechanical &
Electrical, Car parks, Building Information Management, Heat Networks, Energy Assets.
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
7 July 2020
End date
23 February 2029
This contract is subject to renewal
No
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 July 2025
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
4 July 2025
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: 1 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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