← Back to opportunities

DWP Estates 2030 Strategic Pipeline Optimisation Programme (SPOP)

Department for Work & Pensions

Buyer Contact Info

Buyer Name: Department for Work & Pensions

Buyer Address: Caxton House 7th Floor 6-12 Tothill Street, London, UKI32, SW1H 9NA, United Kingdom

Contact Name: Amy Chan

Contact Email: amy.chan1@dwp.gov.uk

Status
active
Procedure
selective
Value
22000000.0 GBP
Gross: 26400000 GBP
Published
16 Feb 2026, 16:44
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
66171000 - Financial consultancy services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

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

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

External Link: https://www.find-tender.service.gov.uk/Notice/014015-2026

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Has Options: Yes

Lot 1 Options: 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.

Lot 1 Value: GBP 22,000,000

Lot 1 Value (Gross): GBP 26,400,000

Lot 1 Contract Start: 2026-07-08T00:00:00+01:00

Lot 1 Contract End: 2028-07-07T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Quality (Technical Questions)

Lot 1 Award Criterion (price): Price

Documents

Document Description: Not published

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

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PJCP-7274-TLRQ",
    "name": "Department for Work \u0026 Pensions"
  },
  "date": "2026-02-16T16:44:31Z",
  "id": "014015-2026",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05a336",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "SW1H 9NA",
        "region": "UKI32",
        "streetAddress": "Caxton House 7th Floor 6-12 Tothill Street"
      },
      "contactPoint": {
        "email": "amy.chan1@dwp.gov.uk",
        "name": "Amy Chan"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PJCP-7274-TLRQ",
      "identifier": {
        "id": "PJCP-7274-TLRQ",
        "scheme": "GB-PPON"
      },
      "name": "Department for Work \u0026 Pensions",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-07-08T23:59:59+01:00"
    },
    "coveredBy": [
      "GPA",
      "CPTPP"
    ],
    "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).\nThe 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.\nThis 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.\nUsing 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.\nAt 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.\nDue 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:\n- Real Estate and Property expertise\n- End to end Target Operating Model Design in the context of a Real Estate, Property \u0026 Workplace Management Environment\n- Data, Data Management, Business Intelligence and Insights in the context of Real Estate, Property \u0026 Workplace Management Environment\n- Technology and Systems Design and Integration, inclusive of, but not limited to overall CAFM design, Integration and overall Real Estate systems landscape\n- Market Insight and Analysis\n- Change Management\n- Organisational Design and Development\n- Contract Transition Support (Mobilisation, Exit \u0026 Demobilisation, Transition and Stabilisation)\n- Programme Assurance\nThe 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.\nThe 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.\nPlease refer to the specification and associated tender documents for further details.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "description": "Tender documents are available via the Atamis portal https://dwp2.my.site.com/s/Welcome",
        "documentType": "biddingDocuments",
        "id": "L-1",
        "url": "https://dwp2.my.site.com/s/Welcome"
      },
      {
        "datePublished": "2026-02-16T16:44:31Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "014015-2026",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/014015-2026"
      }
    ],
    "expressionOfInterestDeadline": "2026-03-13T12:00:00Z",
    "id": "C7980",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Financial consultancy services",
            "id": "66171000",
            "scheme": "CPV"
          },
          {
            "description": "Real estate services",
            "id": "70000000",
            "scheme": "CPV"
          },
          {
            "description": "Business analysis consultancy services",
            "id": "72221000",
            "scheme": "CPV"
          },
          {
            "description": "Information systems or technology strategic review and planning services",
            "id": "72222000",
            "scheme": "CPV"
          },
          {
            "description": "Project management consultancy services",
            "id": "72224000",
            "scheme": "CPV"
          },
          {
            "description": "Facilities management services involving computer operation",
            "id": "72514100",
            "scheme": "CPV"
          },
          {
            "description": "Auditing services",
            "id": "79212000",
            "scheme": "CPV"
          },
          {
            "description": "Business and management consultancy and related services",
            "id": "79400000",
            "scheme": "CPV"
          },
          {
            "description": "Building and facilities management services",
            "id": "79993000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lotDetails": {
      "noLotsDivisionRationale": "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.\nThe 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."
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "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 to provide answers to the technical questions and to provide pricing information by completing the pricing schedule document.\nStage 2 includes a presentation stage which forms part of the technical questions. Suppliers must submit a presentation response (in Microsoft PowerPoint format) as part of the overall tender submission by the tender submission deadline as outlined in the Procurement Timetable. The presentation stage is NOT a separate stage.\nThere are 5 technical questions as summarised below:\nQ1 - Proposed delivery team - 30%\nQ2 - Technology \u0026 Systems - 25%\nQ3 - Performance Management - 15%\nQ4 - Social Value - 10%\nQ5 - Strategic Advice \u0026 Target Operating Model (presentation) - 20%\nPlease refer to the Instructions to Suppliers document and associated tender documents for further details on the minimum acceptable score, scoring methodology, page limits and tie breaker methodology.",
              "name": "Quality (Technical Questions)",
              "type": "quality"
            },
            {
              "description": "Suppliers invited to Stage 2 of the procurement process must upload a fully completed pricing schedule.\nPlease refer to the Instructions to Suppliers document and associated tender documents for further details.",
              "name": "Price",
              "type": "price"
            }
          ],
          "weightingDescription": "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.\nPlease refer to the Instructions to Suppliers document and associated tender documents for further details."
        },
        "contractPeriod": {
          "endDate": "2028-07-07T23:59:59+01:00",
          "maxExtentDate": "2030-07-07T23:59:59+01:00",
          "startDate": "2026-07-08T00:00:00+01:00"
        },
        "hasOptions": true,
        "hasRenewal": true,
        "id": "1",
        "options": {
          "description": "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.\nAs 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: \n- Sustainability\n- Asset Management\n- Hard \u0026 Soft Facilities Management\n- Programme Management Office (PMO) Support (to support the Authority\u0027s internal PMO Team)\nThe optional / call-off services do not materially alter the original requirement or change the overall nature of the contract."
        },
        "renewal": {
          "description": "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."
        },
        "secondStage": {
          "maximumCandidates": 3
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "PSQ Part 3A - Financial Capacity questions regarding FVRA, guarantor and insurance levels apply.\nAs 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.\nPSQ Part 3A Legal Capacity question regarding UK General Data Protection Regulation applies.\nPlease refer to the PSQ, Instructions to Suppliers document and associated tender documents for further details.",
              "type": "economic"
            },
            {
              "description": "PSQ Part 3A - Technical Ability questions apply.\nThe Authority has set conditions of participation relating to supplier\u0027s technical ability.\nThere 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.\nA summary of the scored questions is as follows:\n- Relevant experience and contract examples - Real Estates and Property expertise\n- Relevant experience and contract examples - Data, systems and IT security\n- Relevant experience and contract examples - Mobilisation and Strategic Change\nPlease refer to the PSQ, Instructions to Suppliers document and associated tender documents for further details .\nThere are also a number of pass/fail questions relating to conditions of participation to assess a supplier\u0027s technical ability, under PSQ Part 3B that apply, including:\n- Questions in relation to Supply Chain and Payment in contracts\n- Questions in relation to Carbon Reduction Plan\n- Questions in relation to Modern Slavery\nPlease refer to the PSQ, Instructions to Suppliers document and associated tender documents for further details.",
              "type": "technical"
            },
            {
              "description": "Please refer to the Instructions to Suppliers document and associated tender documents for further details.",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "value": {
          "amount": 22000000,
          "amountGross": 26400000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "acceleratedRationale": "Qualifying planned procurement notice",
      "features": "This competitive flexible procedure will be conducted in two (2) stages.\nStage 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.\nThe 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.\nStage 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.\nStage 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.\nShortlisted 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.\nSuppliers 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.\nPlease refer to the Instructions to Suppliers document for further details.",
      "isAccelerated": true
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "status": "active",
    "submissionMethodDetails": "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, \nhttps://dwp2.my.site.com/s/Welcome\nThe procurement documents are available via the Atamis portal.",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "DWP Estates 2030 Strategic Pipeline Optimisation Programme (SPOP)",
    "value": {
      "amount": 22000000,
      "amountGross": 26400000,
      "currency": "GBP"
    }
  }
}