Published date: 17 February 2026
This notice was replaced on 17 February 2026
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Opportunity (published 17 February 2026, last edited 17 February 2026)
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Financial leasing services - 66114000
Corporate finance and venture capital services - 66122000
Financial consultancy services - 66171000
Real estate services - 70000000
Development of non-residential real estate - 70112000
Renting or leasing services of own property - 70200000
Residential property renting or leasing services - 70210000
Building rental or sale services - 70310000
Land rental or sale services - 70320000
Vacant-land rental or sale services - 70322000
Commercial property management services - 70332200
Architectural, construction, engineering and inspection services - 71000000
Feasibility study, advisory service, analysis - 71241000
Infrastructure works consultancy services - 71311300
Energy-management services - 71314200
Energy-efficiency consultancy services - 71314300
Building consultancy services - 71315200
Building services consultancy services - 71315210
Construction consultancy services - 71530000
Test and evaluation of security equipment - 73431000
Business services: law, marketing, consulting, recruitment, printing and security - 79000000
Safety consultancy services - 79417000
Facilities management services - 79993100
Contract administration services - 79994000
Training and simulation in security equipment - 80610000
Environmental issues consultancy services - 90713000
Other community, social and personal services - 98000000
Location of contract
se1 2nd
Value of contract
£1,690,000,000
Procurement reference
CF-3389900D0O000000rwimUAA
Published date
17 February 2026
Closing date
25 May 2021
Closing time
12pm
Contract start date
24 June 2021
Contract end date
23 June 2028
Contract type
Service contract
Procedure type
Restricted procedure (above threshold)
A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
Yes
Description
NHS London Procurement Partnership (LPP) are extending the length of the DPS and adding additional categories. NHS 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.
The type of services that may be procured under the DPS may include but are not limited to those services identified by CPV code. The precise limit and extent of every potential service however, cannot be clearly defined at this stage.
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
Category 25 Smart Buildings Consultancy Services
Category 26 Rent Review and Negotiation Consultancy Services
Category 27 Private Finance Initiative (PFI) Consultancy Services
Category 28 Healthcare Planning Consultancy Services
More information
Additional text
-
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
About the buyer
Contact name
Risha Mehta
Address
2nd Floor, India House, 45 Curlew St,
London
SE1 2nd
GB
Telephone
02071886680
Share this notice
All content is available under the
