Buyer Name: London Procurement Partnership
Buyer Address: 2nd Floor, India House, 45 Curlew St, London SE1 2ND, London, UKI44, SE1 2ND, United Kingdom
Contact Name: Risha Mehta
Contact Email: gstt.lppefps1@nhs.net
Contact Telephone: +44 02071886680
Buyer Name: London Procurement Partnership
Buyer Address: 2nd Floor, India House, 45 Curlew St, London SE1 2ND, London, UKI44, SE1 2ND, United Kingdom
Contact Name: Risha Mehta
Contact Email: gstt.lppefps1@nhs.net
Contact Telephone: +44 02071886680
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.
No linked documents found for this notice.
Lot Description: 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/>
Lot 1 Status: active
Lot 1 Has Options: No
Lot 1 Value: GBP 1,690,000,000.00
Lot 1 Contract Start: 2021-06-24T00:00:00+01:00
Lot 1 Contract End: 2026-06-23T23:59:59+01:00
{
"buyer": {
"id": "GB-FTS-128814",
"name": "London Procurement Partnership"
},
"date": "2026-02-11T15:03:58Z",
"description": "NHS London Procurement Partnership (LPP) in collaboration with Guy\u0027s and St Thomas\u0027 NHS Foundation Trust wishes to establish a Framework Agreement for use by current and future LPP clients, including without limitation:\u003cbr/\u003e\u003cbr/\u003e(i) any National Health Service (NHS) Trust NHS Entities;\u003cbr/\u003e\u003cbr/\u003e(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 \u201cpublic sector body\u201d in the singular) include but are not to be limited to the following list:\u003cbr/\u003e\u003cbr/\u003e\u2014 LPP clients,\u003cbr/\u003e\u003cbr/\u003e\u2014 Collaborative Procurement Partnership (NHS CPP)* clients\u003cbr/\u003e\u003cbr/\u003e\u2014 Local Authorities,\u003cbr/\u003e\u003cbr/\u003e\u2014 Educational Establishments,\u003cbr/\u003e\u003cbr/\u003e\u2014 Registered providers and emergency services,\u003cbr/\u003e\u003cbr/\u003e\u2014 NHS Bodies,\u003cbr/\u003e\u003cbr/\u003e\u2014 Hospices,\u003cbr/\u003e\u003cbr/\u003e\u2014 Central government departments and their agencies,\u003cbr/\u003e\u003cbr/\u003e\u2014 Public Corporations,\u003cbr/\u003e\u003cbr/\u003e\u2014 Police forces in the United Kingdom,\u003cbr/\u003e\u003cbr/\u003e\u2014 Fire and Rescue Services,\u003cbr/\u003e\u003cbr/\u003e\u2014 Registered Social Landlords (Housing Associations),\u003cbr/\u003e\u003cbr/\u003e\u2014 Third Sector and Charities.\u003cbr/\u003e\u003cbr/\u003e* 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.\u003cbr/\u003e\u003cbr/\u003eThe 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 \u0026 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.\u003cbr/\u003e\u003cbr/\u003ePlease note that LPP will be facilitating call-offs from the DPS for which there will be a nominal management levy to cover administration costs.",
"id": "012508-2026",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:075014-2017:TEXT:EN:HTML",
"rel": "prev"
}
],
"ocid": "ocds-h6vhtk-064e20",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "SE1 2ND",
"region": "UKI44",
"streetAddress": "2nd Floor, India House, 45 Curlew St, London SE1 2ND"
},
"contactPoint": {
"email": "gstt.lppefps1@nhs.net",
"name": "Risha Mehta",
"telephone": "+44 02071886680",
"url": "https://atamis-1928.my.site.com/s/Welcome"
},
"details": {
"buyerProfile": "https://www.lpp.nhs.uk/",
"classifications": [
{
"description": "Body governed by public law",
"id": "BODY_PUBLIC",
"scheme": "TED_CA_TYPE"
},
{
"description": "Health",
"id": "07",
"scheme": "COFOG"
}
],
"url": "https://www.lpp.nhs.uk/"
},
"id": "GB-FTS-128814",
"identifier": {
"legalName": "London Procurement Partnership"
},
"name": "London Procurement Partnership",
"roles": [
"buyer",
"centralPurchasingBody"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "SE1 9RT",
"streetAddress": "Great Maze Pond"
},
"details": {
"url": "https://www.lpp.nhs.uk/"
},
"id": "GB-FTS-9768",
"identifier": {
"legalName": "Guy\u0027s and St Thomas\u0027 NHS Foundation Trust"
},
"name": "Guy\u0027s and St Thomas\u0027 NHS Foundation Trust",
"roles": [
"reviewBody"
]
}
],
"tag": [
"tender"
],
"tender": {
"classification": {
"description": "Architectural, construction, engineering and inspection services",
"id": "71000000",
"scheme": "CPV"
},
"communication": {
"atypicalToolUrl": "https://atamis-1928.my.site.com/s/Welcome"
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicOrdering": true,
"hasElectronicPayment": true
},
"description": "NHS London Procurement Partnership (LPP) are inviting applications from experienced suppliers of Estates \u0026 Facilities Consultancy Services to be appointed onto a Dynamic Purchasing System (DPS) to provide high quality services to health and public sector organisations.\u003cbr/\u003e\u003cbr/\u003eThe 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.\u003cbr/\u003e\u003cbr/\u003eIndividual 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.\u003cbr/\u003e\u003cbr/\u003eThe 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.",
"documents": [
{
"documentType": "economicSelectionCriteria",
"id": "economic"
},
{
"documentType": "technicalSelectionCriteria",
"id": "technical"
}
],
"hasRecurrence": false,
"id": "ocds-h6vhtk-064e20",
"items": [
{
"additionalClassifications": [
{
"description": "Real estate services",
"id": "70000000",
"scheme": "CPV"
},
{
"description": "Development of non-residential real estate",
"id": "70112000",
"scheme": "CPV"
},
{
"description": "Architectural, construction, engineering and inspection services",
"id": "71000000",
"scheme": "CPV"
},
{
"description": "Test and evaluation of security equipment",
"id": "73431000",
"scheme": "CPV"
},
{
"description": "Business services: law, marketing, consulting, recruitment, printing and security",
"id": "79000000",
"scheme": "CPV"
},
{
"description": "Safety consultancy services",
"id": "79417000",
"scheme": "CPV"
},
{
"description": "Facilities management services",
"id": "79993100",
"scheme": "CPV"
},
{
"description": "Contract administration services",
"id": "79994000",
"scheme": "CPV"
},
{
"description": "Training and simulation in security equipment",
"id": "80610000",
"scheme": "CPV"
},
{
"description": "Environmental issues consultancy services",
"id": "90713000",
"scheme": "CPV"
},
{
"description": "Other community, social and personal services",
"id": "98000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"contractPeriod": {
"endDate": "2026-06-23T23:59:59+01:00",
"startDate": "2021-06-24T00:00:00+01:00"
},
"description": "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:\u003cbr/\u003e\u003cbr/\u003eCategory 1 Architecture\u003cbr/\u003e\u003cbr/\u003eCategory 2 Asbestos Management Service\u003cbr/\u003e\u003cbr/\u003eCategory 3 Authorising Engineers and Regulatory Commissioning (AE)\u003cbr/\u003e\u003cbr/\u003eCategory 4 Building Surveying Services \u0026 Condition Reporting\u003cbr/\u003e\u003cbr/\u003eCategory 5 Construction Project Management Service\u003cbr/\u003e\u003cbr/\u003eCategory 6 Clerk of Works\u003cbr/\u003e\u003cbr/\u003eCategory 7 Quantity Surveying \u0026 Cost Consultancy services\u003cbr/\u003e\u003cbr/\u003eCategory 8 Principal Designer (CDM)\u003cbr/\u003e\u003cbr/\u003eCategory 9 Estates Strategy and Business Case Development\u003cbr/\u003e\u003cbr/\u003eCategory 10 Contract Administration - NEC ROLES\u003cbr/\u003e\u003cbr/\u003eCategory 11 Facilities Management Consultancy\u003cbr/\u003e\u003cbr/\u003eCategory 12 Mechanical \u0026 Electrical Engineering Services\u003cbr/\u003e\u003cbr/\u003eCategory 13 Civil and Structural Engineering Consultancy Services\u003cbr/\u003e\u003cbr/\u003eCategory 14 Air \u0026 Ventilation Systems Consultancy\u003cbr/\u003e\u003cbr/\u003eCategory 15 Acoustics \u0026 Vibration Consultancy\u003cbr/\u003e\u003cbr/\u003eCategory 16 Energy Efficiency Consultancy Services\u003cbr/\u003e\u003cbr/\u003eCategory 17 Environmental issues consultancy services\u003cbr/\u003e\u003cbr/\u003eCategory 18 Equality Act Consultancy Services\u003cbr/\u003e\u003cbr/\u003eCategory 19 Fire Consultancy\u003cbr/\u003e\u003cbr/\u003eCategory 20 Security Systems Consultancy\u003cbr/\u003e\u003cbr/\u003eCategory 21 Lift Consultancy\u003cbr/\u003e\u003cbr/\u003eCategory 22 Lighting Consultancy\u003cbr/\u003e\u003cbr/\u003eCategory 23 Property Acquisition Disposal \u0026 Management Advisory\u003cbr/\u003e\u003cbr/\u003eCategory 24 Waste Consultancy Services\u003cbr/\u003e\u003cbr/\u003eSuppliers will also be grouped into seven (7) regions across England;\u003cbr/\u003e\u003cbr/\u003eLondon\u003cbr/\u003e\u003cbr/\u003eNorth East - West Yorkshire, South Yorkshire, North Yorkshire, East Riding of Yorkshire, Durham \u0026 Tyne and Wear.\u003cbr/\u003e\u003cbr/\u003eNorth West - Cheshire, Merseyside, Greater Manchester, Lancashire \u0026 Cumbria.\u003cbr/\u003e\u003cbr/\u003eMidlands - Herefordshire, Worcestershire, West Midlands, Warwickshire, Shropshire \u0026 Staffordshire.\u003cbr/\u003e\u003cbr/\u003eEast of England - Suffolk, Norfolk, Cambridgeshire, Leicestershire, Derbyshire, Nottinghamshire, Lincolnshire, Bedfordshire, Hertfordshire, Northamptonshire \u0026 Rutland.\u003cbr/\u003e\u003cbr/\u003eSouth East - Bucks, Oxon, Hampshire, West Sussex, East Sussex, Surrey, Kent, Isle of Wight, Berkshire \u0026 Essex.\u003cbr/\u003e\u003cbr/\u003eSouth West - Gloucestershire, Bristol, Wiltshire. Somerset, Dorset, Devon \u0026 Cornwall.\u003cbr/\u003e\u003cbr/\u003eSuppliers will also be included for the following -\u003cbr/\u003e\u003cbr/\u003eScotland\u003cbr/\u003e\u003cbr/\u003eWales\u003cbr/\u003e\u003cbr/\u003eNorthern Ireland\u003cbr/\u003e\u003cbr/\u003e\ufeff",
"hasOptions": false,
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "The DPS may be extended for further periods, provided that the total of the DPS agreement does not exceed ten (10) years"
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"value": {
"amount": 1690000000.0,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"secondStage": {
"invitationDate": "2021-01-28T00:00:00Z"
},
"status": "active",
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://atamis-1928.my.site.com/s/Welcome",
"submissionTerms": {
"bidValidityPeriod": {
"durationInDays": 1800
},
"languages": [
"en"
]
},
"techniques": {
"dynamicPurchasingSystem": {
"type": "open"
},
"hasDynamicPurchasingSystem": true
},
"tenderPeriod": {
"endDate": "2026-02-12"
},
"title": "Estates \u0026 Facilities Consultancy Dynamic Purchasing System (DUPLICATE CONTRACT NOTICE ORIGINAL: 2021/S 000-001562) Reference: DN512850",
"value": {
"amount": 1690000000.0,
"currency": "GBP"
}
}
}