Tender

Hopkinson House Main Works Contractor

WESTMINSTER CITY COUNCIL

This public procurement record has 2 releases in its history.

Tender

03 Dec 2025 at 16:17

Planning

07 May 2025 at 16:54

Summary of the contracting process

The procurement process initiated by Westminster City Council involves the tender for the "Hopkinson House Main Works Contractor," focusing on "Category A" fit-out work for temporary accommodation to provide family-sized homes. The project, situated in London, United Kingdom, falls under the works industry category and promises significant opportunities in refurbishment work. Currently at the tender stage, suppliers are encouraged to submit their Participation Stage Questionnaire responses and their tenders by the expression of interest deadline on 23rd January 2026. The award decision is expected by 12th March 2026, with works planned to commence on 27th March 2026. The procurement follows a selective method involving a competitive flexible procedure to ensure timely and quality execution in line with legal standards.

This tender presents a lucrative opportunity for businesses specialising in mechanical, electrical, and plumbing installations, thermal efficiency upgrades, and general refurbishment works. Businesses with strong technical capabilities and competitive commercial offerings are well-positioned to contend for this contract, with particular suitability noted for SMEs. The project's substantial budget, indicating gross values of £16,800,000, offers considerable potential for business growth and diversification, particularly for contractors with experience in public housing and infrastructure improvement under sub-central government authority projects. Those able to navigate the rigorous tender evaluation stages and address Westminster City Council's planning and housing objectives effectively stand to benefit greatly.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Hopkinson House Main Works Contractor

Notice Description

Main Works Contractor to carry out a "Category A" fit out of Hopkinson House to make ready, the site for occupation as a Temporary Accommodation for Housing Needs. Hopkinson House is expected to deliver 31 x Temporary Accommodation Family-Sized homes, comprising of a mix of 2Bedroom, 3Bedroom and 4Bedroom apartments. The works are required to achieve a Category A level fit-out at Hopkinson House. This involves but not limited to the installation of new mechanical, electrical, and plumbing services, upgraded fire safety systems, and base finishes such as flooring, suspended ceilings, partition walls, and lighting to create a compliant, standard shell. These works will also incorporate thermal efficiency upgrades, external area improvements, and preparatory infrastructure to support future residential configuration in line with WCC's planning and housing objectives. Works planned to commence in early 2026. The contractor will be required to install and commission all MEP and Fire safety services to agreed connection points. Upon completion, the building will be left clean, secure, and all installed and retained elements will be protected, with the site ready for handover to WCC.

Planning Information

Contractors must submit a response to the Soft Market Testing through the Jaggaer Portal which you must be registered to access. The Portal contains questions which must also be answered. A link to the opportunity will be sent to the email address linked to their Jagger account. A link to the oppotunity can be found here: https://wcc.ukp.app.jaggaer.com/go/584397220196ABAAAEE6

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050e3f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/079469-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45453000 - Overhaul and refurbishment work

Notice Value(s)

Tender Value
£14,000,000 £10M-£100M
Lots Value
£14,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Dec 20252 months ago
Submission Deadline
12 Jan 2026Expired
Future Notice Date
15 Sep 2025Expired
Award Date
Not specified
Contract Period
27 Mar 2026 - 29 Jun 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
WESTMINSTER CITY COUNCIL
Contact Name
Not specified
Contact Email
procurementteammailbox@westminster.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1E 6QP
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLI London

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-050e3f-2025-12-03T16:17:08Z",
    "date": "2025-12-03T16:17:08Z",
    "ocid": "ocds-h6vhtk-050e3f",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PJVD-6261-BPPJ",
            "name": "Westminster City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJVD-6261-BPPJ"
            },
            "address": {
                "streetAddress": "64 Victoria Street",
                "locality": "London",
                "postalCode": "SW1E 6QP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "procurementteammailbox@westminster.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.westminster.gov.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PJVD-6261-BPPJ",
        "name": "Westminster City Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Contractors must submit a response to the Soft Market Testing through the Jaggaer Portal which you must be registered to access. The Portal contains questions which must also be answered. A link to the opportunity will be sent to the email address linked to their Jagger account. A link to the oppotunity can be found here: https://wcc.ukp.app.jaggaer.com/go/584397220196ABAAAEE6",
                "dueDate": "2025-05-21T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "019523-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/019523-2025",
                "datePublished": "2025-05-07T17:54:36+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "P638",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Hopkinson House Main Works Contractor",
        "description": "Main Works Contractor to carry out a \"Category A\" fit out of Hopkinson House to make ready, the site for occupation as a Temporary Accommodation for Housing Needs. Hopkinson House is expected to deliver 31 x Temporary Accommodation Family-Sized homes, comprising of a mix of 2Bedroom, 3Bedroom and 4Bedroom apartments. The works are required to achieve a Category A level fit-out at Hopkinson House. This involves but not limited to the installation of new mechanical, electrical, and plumbing services, upgraded fire safety systems, and base finishes such as flooring, suspended ceilings, partition walls, and lighting to create a compliant, standard shell. These works will also incorporate thermal efficiency upgrades, external area improvements, and preparatory infrastructure to support future residential configuration in line with WCC's planning and housing objectives. Works planned to commence in early 2026. The contractor will be required to install and commission all MEP and Fire safety services to agreed connection points. Upon completion, the building will be left clean, secure, and all installed and retained elements will be protected, with the site ready for handover to WCC.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45453000",
                        "description": "Overhaul and refurbishment work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 16800000,
            "amount": 14000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-03-27T00:00:00+00:00",
                    "endDate": "2029-06-29T23:59:59+01:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 16800000,
                    "amount": 14000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Capability",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Offering",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "For reasons of programme urgency, the Authority is issuing the Participation Stage (PSQ) and the Invitation to Tender together and requiring Suppliers to submit both their PSQ responses and their Tenders by the same deadline. However, the evaluation will remain sequential. The process will begin with a Participation Stage using a Procurement Specific Questionnaire which sets objective Conditions of Participation to limit the number of Suppliers who progress to the next stage. Suppliers that achieve a minimum score of 70 % at the Participation Stage and meet all Conditions of Participation will be informed that they have passed the Participation Stage and that their Tenders will be opened and evaluated at the Invitation to Tender stage. Any Tender submitted by a Supplier that does not meet these requirements will not be opened or evaluated. At the Invitation to Tender stage, shortlisted Suppliers will have their Tenders opened and evaluated. They will submit technical and commercial proposals and may raise clarification questions before submission. Following the initial evaluation of Tenders, the Authority may undertake clarification, dialogue or negotiation with Tenderers in accordance with the process described in this document. Where stated, the Authority may invite revised Tenders as part of this stage. Once the initial evaluation of Tenders is completed, the Authority may decide to conduct a separate Best and Final Offer stage in accordance with the process described under the heading \"Best and Final Offer\" below. Where a Best and Final Offer stage is undertaken, updated submissions will be incorporated into the final evaluation before approvals and award. Best and Final Offers will not be sought by way of individual ad hoc clarification questions."
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-09-15T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "For reasons of programme urgency, the Authority is issuing the Participation Stage (PSQ) and the Invitation to Tender together and requiring Suppliers to submit both their PSQ responses and their Tenders by the same deadline. However, the evaluation will remain sequential. The process will begin with a Participation Stage using a Procurement Specific Questionnaire which sets objective Conditions of Participation to limit the number of Suppliers who progress to the next stage. Suppliers that achieve a minimum score of 70 % at the Participation Stage and meet all Conditions of Participation will be informed that they have passed the Participation Stage and that their Tenders will be opened and evaluated at the Invitation to Tender stage. Any Tender submitted by a Supplier that does not meet these requirements will not be opened or evaluated. At the Invitation to Tender stage, shortlisted Suppliers will have their Tenders opened and evaluated. They will submit technical and commercial proposals and may raise clarification questions before submission. Following the initial evaluation of Tenders, the Authority may undertake clarification, dialogue or negotiation with Tenderers in accordance with the process described in this document. Where stated, the Authority may invite revised Tenders as part of this stage. Once the initial evaluation of Tenders is completed, the Authority may decide to conduct a separate Best and Final Offer stage in accordance with the process described under the heading \"Best and Final Offer\" below. Where a Best and Final Offer stage is undertaken, updated submissions will be incorporated into the final evaluation before approvals and award. Best and Final Offers will not be sought by way of individual ad hoc clarification questions."
        },
        "submissionMethodDetails": "https://wcc.ukp.app.jaggaer.com",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-01-23T14:00:00+00:00",
        "enquiryPeriod": {
            "endDate": "2026-01-12T17:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-12T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "079469-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/079469-2025",
                "datePublished": "2025-12-03T16:17:08Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}