Planning

DWP Estates 2030 Strategic Procurement Pipeline Optimisation Programme (SPPOP)

  • Department for Work & Pensions

UK3: Planned procurement notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-073245

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

Published 12 November 2025, 1:35pm

Last edited 12 November 2025, 2:51pm

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

The procedure section has been updated with additional information.

Scope

Description

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

The Estates 2030 Strategic Procurement Pipeline Optimisation Programme is a DWP Estates led strategic transformation programme that will support a series of future reprocurements 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 procurement pipeline to ensure the supply chain is best organised and strategically placed to support the delivery of the DWP Estates 2030 strategy.

It will incorporate Estates internal operating model considerations, capability mapping, assessment and future structure (insource/outsource analysis), mobilising new services that are insourced to DWP efficiently and effectively as required.

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 Subject Matter Expertise to provide input into the Delivery Model Assessment (DMA) for the current integrator contract and providing support on a potential reprocurement and mobilisation of the new service.

Due to the varied, specialist nature and scope of services required for this Programme, the Department require a procurement for external strategic advice and support across a number of areas including:

- End to end Target Operating Model Design (in the context of a Real Estate, Property and Workplace Management environment)

- Real Estate and Property expertise

- Market Insight, Commercial and Procurement Support

- Technology and Data specialism

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

- Systems Strategic Design and Integration

- Organisational Design, development & Review

- Change Management

- Cost and Finance

- Contract Transition Support (Mobilisation, Demobilisation and Transition)

- Programme Management Assurance and Support

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

The Department 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.

Total value (estimated)

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

Above the relevant threshold

Contract dates (estimated)

  • 18 May 2026 to 17 May 2028
  • Possible extension to 17 May 2030
  • 4 years

Description of possible extension:

2 x 12 month optional extensions

Options

The right to additional purchases while the contract is valid.

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

As required, the Supplier shall make available and provide a range of optional services to provide strategic technical advice and input to the target operating model design; procurement pipeline design; procurement processes; and workflow design activities, across the full range of Real Estate, Property and Workplace Management specialisms. The optional / call-off services include but are not limited to:

- Real Estate Portfolio and Leasehold Management

- Sustainability

- Audit and Compliance

- Capital Building Projects

- Asset Management

- Hard & Soft Facilities Management

- Programme Management Office (PMO) Services

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

Participation

Particular suitability

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

Submission

Publication date of tender notice (estimated)

5 January 2026

Submission type

Requests to participate

Deadline for requests to participate

30 January 2026, 11:59pm

Submission address and any special instructions

Administration of the procurement process

Suppliers will be required to register their organisation on the Central Digital Platform prior to responding to the procurement opportunity.

The Department will be administering the Procurement Process electronically via the e-tendering Portal, Atamis. All communications with the Department must be conducted via the Atamis Portal, https://dwp2.my.site.com/s/Welcome

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

24 April 2026


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

The Competitive Flexible Procedure will include 2 Stages.

Stage 1 will be a minimum of 25 days. This stage will include conditions of participation to reduce the number of participants to a shortlist of suppliers who will then progress to Stage 2.

Stage 2 will be a minimum of 10 days (reduced time limit with the use of a Planned Procurement Notice). This stage will include the shortlisted suppliers (from Stage 1) being invited to submit a final tender. The award criteria will likely include a number of quality questions, social value question and a scored presentation.

A procurement specific questionnaire (PSQ) will be made available on the Portal which all Suppliers are required to complete and return in accordance with the Procurement Timetable and instructions that will be provided.

The Department will use this stage to confirm that neither the Supplier, nor any related persons within its corporate group, associated persons relied on to meet the conditions of participation, or proposed Sub-contractors are listed on the Cabinet Office debarment list. To the extent that any such entities are listed on the debarment list, the Department will consider whether to exclude the Supplier from participating in the Procurement in accordance with its obligations under the Act.

The Department will also undertake a review of the completed PSQ with reference to any information held on the Central Digital Platform. Responses to any conditions of participation will be assessed in accordance with the selection process and any selection criteria as set out in the Tender Notice, PSQ and tender documents.

There will be a combination of pass/fail questions and scored questions in the PSQ and assessment of these responses will identify shortlisted Suppliers to be invited to participate in Stage 2. The questions will be scored in accordance with the scoring criteria set out in the tender documents. The shortlisted suppliers that score the highest at this stage will then be invited to submit a final tender

Reduced tendering period

Yes

Qualifying planned procurement notice - minimum 10 days


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

Region: UKI32 - Westminster

Organisation type: Public authority - central government