Notice Information
Notice Title
291 Harrow Road Pre-Construction Services, Enabling and Main Works
Notice Description
Westminster City Council Authority is seeking to procure a Main Contractor for the 291 Harrow Road development. The Project will deliver 144 new homes in the centre of London. A total of 48 will be affordable homes, 24 will be Adult Social Care units at social rent and 72 homes will be available for private sale. The Project will comprise three buildings at 15, 10 and five storeys in height and will aim for an ambitious carbon reduction through a passive design, a fabric first approach and the use of air source heat pumps and solar panels to maximise the use of renewable energy. The Authority's aim is for the Project to achieve a 70% sitewide reduction over the baseline for the proposed development, far exceeding Greater London Authority's target of 35%.
Planning Information
We would like organisations the contractors to respond to this soft market test by agreeing to attend an interview whilst the Soft Market Testing is live for one hour either in person or via Microsoft Teams with the project group, which will comprise representatives of the Council’s Development Team, Procurement Team and its Professional Advisors. It should be noted that responses from the soft market testing will not be scored and will have no bearing on any procurement bid responses and will solely be used by the panel to refine WCC sourcing strategy requirements. The exercise will not include or preclude any organisation from participating in any future procurement exercise that might subsequently be undertaken. Please submit your responses via our Jaggaer sourcing portal https://wcc.ukp.app.jaggaer.com/ which all correspondence relating to this soft market testing engagement exercise will be undertaken.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0516f3
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/055564-2025
- 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
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45211100 - Construction work for houses
Notice Value(s)
- Tender Value
- £80,000,000 £10M-£100M
- Lots Value
- £80,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 10 Sep 20255 months ago
- Submission Deadline
- 26 Sep 2025Expired
- Future Notice Date
- 4 Jul 2025Expired
- Award Date
- Not specified
- Contract Period
- 2 Mar 2026 - 12 Jul 2030 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
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
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/055564-2025
10th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/022643-2025
19th May 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-0516f3-2025-09-10T16:43:04+01:00",
"date": "2025-09-10T16:43:04+01:00",
"ocid": "ocds-h6vhtk-0516f3",
"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": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PJVD-6261-BPPJ",
"name": "Westminster City Council"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "We would like organisations the contractors to respond to this soft market test by agreeing to attend an interview whilst the Soft Market Testing is live for one hour either in person or via Microsoft Teams with the project group, which will comprise representatives of the Council's Development Team, Procurement Team and its Professional Advisors. It should be noted that responses from the soft market testing will not be scored and will have no bearing on any procurement bid responses and will solely be used by the panel to refine WCC sourcing strategy requirements. The exercise will not include or preclude any organisation from participating in any future procurement exercise that might subsequently be undertaken. Please submit your responses via our Jaggaer sourcing portal https://wcc.ukp.app.jaggaer.com/ which all correspondence relating to this soft market testing engagement exercise will be undertaken.",
"dueDate": "2025-06-06T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "022643-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/022643-2025",
"datePublished": "2025-05-19T14:01:57+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "PRJ_30629",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "291 Harrow Road Pre-Construction Services, Enabling and Main Works",
"description": "Westminster City Council Authority is seeking to procure a Main Contractor for the 291 Harrow Road development. The Project will deliver 144 new homes in the centre of London. A total of 48 will be affordable homes, 24 will be Adult Social Care units at social rent and 72 homes will be available for private sale. The Project will comprise three buildings at 15, 10 and five storeys in height and will aim for an ambitious carbon reduction through a passive design, a fabric first approach and the use of air source heat pumps and solar panels to maximise the use of renewable energy. The Authority's aim is for the Project to achieve a 70% sitewide reduction over the baseline for the proposed development, far exceeding Greater London Authority's target of 35%.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45211100",
"description": "Construction work for houses"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 80000000,
"amount": 80000000,
"currency": "GBP"
},
"mainProcurementCategory": "works",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-03-02T00:00:00+00:00",
"endDate": "2030-07-12T23:59:59+01:00"
},
"status": "active",
"value": {
"amountGross": 80000000,
"amount": 80000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Construction Methodology",
"description": "Detailed approach for construction methodology.",
"numbers": [
{
"number": 9,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Programme management and BSA process",
"description": "Methodology around programme management, alongside an initial programme for pre-construction services and works.",
"numbers": [
{
"number": 6,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Risk management",
"description": "How risks will be managed on the project with clear ownership of the risks and response actions.",
"numbers": [
{
"number": 4,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Supply chain",
"description": "How Suppliers will ensure that the right supply chain partners are selected for this project",
"numbers": [
{
"number": 6,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Cost Certainty",
"description": "Methodology for ensuring cost certainty without compromising quality",
"numbers": [
{
"number": 6,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Cost Plan",
"description": "Commentary on the rates contained within the initial Cost Plan and where possible prices for items which are currently unpriced. Further, identified areas where value engineering could take place for consideration during the PCSA period.",
"numbers": [
{
"number": 2.5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Contractor's team resourcing",
"description": "Information on the proposed team across the pre-construction and construction stages",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Design team resourcing",
"description": "Information on the proposed design team, demonstrating the experience and the added value the team bring to the scheme",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Design management",
"description": "Effective design management, ensuring sustainability standards are met, considering the needs of specific customers, engaging with wider multidisciplinary team, ensuring seamless transition between pre-construction and construction stages, and consideration for BSA throughout",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality and defect management, handover and aftercare",
"description": "Quality management, handover and aftercare approach.",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Environmental sustainability",
"description": "As LETI standards already address core sustainability requirements, this additional question focuses on areas not fully covered. Suppliers will be expected to explain how they will deliver ecological net gain and biodiversity improvements, integrate urban greening measures, and enhance climate resilience. Responses will also be expected to outline commitments on site waste reduction, circular economy targets for reuse and adaptability, and measures to minimise pollution, including air quality, noise, and light.",
"numbers": [
{
"number": 2.5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Responsible Procurement",
"description": "Social value - Beyond s106 requirements, will be evaluated using the Authority's Responsible Procurement Social Value Model, which aligns with local and resident priorities. Suppliers must propose their intended social value outcomes for both PCSA and construction stages, choosing from over 30 options that meets the minimum required points. Suppliers will also be required to explain in detail how these outcomes will be delivered, including partnerships with VCSEs, school engagement, initiatives to improve resident satisfaction, and strategies for creating lasting legacy impacts. Modern slavery - a two-part modern slavery question: Part one will assess how Suppliers manage labour supply chain risks, using a scenario-based question to test practical responses beyond policy. * Part two will focus on materials, asking Suppliers to identify high-risk items and explain how they trace sources, engage suppliers, and address issues. Strong evidence such as audits or ethical sourcing practices will be valued. Equality, Diversity and Inclusion - Suppliers will be asked to demonstrate strong Equality, Diversity and Inclusion (EDI) practices, including diverse leadership, inclusive recruitment, and robust supply chain diversity. Key areas include Disability Confident status, increasing women's representation, and addressing pay gaps. Suppliers must set targets, report progress, and increase inclusion and engagement with underrepresented groups, SMEs, and VCSEs.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "PCSA Services fee",
"numbers": [
{
"number": 6,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Enabling works fixed cost",
"numbers": [
{
"number": 4,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Enabling works preliminaries",
"numbers": [
{
"number": 3,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Stage 4 design costs",
"numbers": [
{
"number": 4,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Main construction stage preliminaries",
"numbers": [
{
"number": 4.5,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Overhead and profit margin",
"numbers": [
{
"number": 4.5,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Construction risk rate",
"numbers": [
{
"number": 4,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 4
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "- Suppliers must not be on the Debarment List - Suppliers must have no unmitigated conflicts of interest - Suppliers or their guarantors must demonstrate a mean average turnover of at least PS250 million over the last two years - Suppliers or their guarantors must have a Current Ratio of at least 1.0 calculated from the most recent financial accounts - Suppliers must hold or be willing to hold Employer's Liability, Public Liability and Professional Indemnity Insurance of at least PS20 million - Suppliers must be willing to provide a parent company or performance bond to the value of 10% of the construction value - Suppliers must have had no modern slavery, health and safety or environmental incidents in the last three years or must demonstrate policies and processes put in place as a result of such incidents"
},
{
"type": "technical",
"description": "Technical ability: Three experience statements weighted 15% each (45%) Technical ability: Building Safety Act approach weighted 15% Technical ability: Design Development experience weighted 15% Technical ability: Second stage cost certainty experience weighted 15% Technical ability: Social value experience weighted 5% Technical ability: Environmental sustainability examples weighted 5%"
},
{
"description": "Suppliers will be shortlisted based on the scores they achieve for their scored and weighted PSQ Response provided they submit a compliant PSQ response, pass all questions and are not otherwise disqualified or excluded. The Authority intends to shortlist up to four Suppliers achieving the top scores, but reserves the right to shortlist less than four Suppliers where there is a clear distinction in scoring achieved between the leading Suppliers and the remaining Suppliers.",
"forReduction": true
}
]
}
}
],
"communication": {
"futureNoticeDate": "2025-07-04T23:59:59+01:00"
},
"status": "active",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Participation Stage - where Suppliers are required to submit a PSQ Response which the Authority Tender Stage - where those Suppliers which are shortlisted following the conclusion of the Participation Stage will be invited to submit a Tender. Negotiations - The Authority reserves the right to conduct a Negotiation Stage during the Tender Stage. Any negotiations will be on both technical and price elements and will be undertaken with all Suppliers shortlisted to the Tender Stage who are not rejected during the Tender Stage."
},
"submissionMethodDetails": "https://wcc.ukp.app.jaggaer.com/go/473185040199342A10EA",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-10-07T12:00:00+01:00",
"enquiryPeriod": {
"endDate": "2025-09-26T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-02-04T23:59:59+00:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "Further detailed designs will be shared with the shortlisted Suppliers. Draft contracts will be issued during the Participation Stage."
},
{
"id": "055564-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/055564-2025",
"datePublished": "2025-09-10T16:43:04+01:00",
"format": "text/html"
}
]
},
"language": "en"
}