Tender

Westminster Housing Responsive Repairs and Major Works Contracts

WESTMINSTER CITY COUNCIL

This public procurement record has 3 releases in its history.

Tender

27 Mar 2026 at 19:02

Planning

02 Oct 2025 at 16:02

Planning

19 May 2025 at 15:42

Summary of the contracting process

Westminster City Council is undertaking a procurement process for the "Westminster Housing Responsive Repairs and Major Works Contracts" to fulfil its duty to manage repair and maintenance services across its housing stock. This procurement is currently at the tender stage, initiated on 27th March 2026 with a deadline for tender submissions set for 18th May 2026. The procurement involves two lots: Responsive Repairs & Voids and Major Works, which are part of an overarching Strategic Alliance Agreement. The Council is employing a Competitive Flexible Procedure for this procurement, aiming to improve housing infrastructure and adherence to statutory duties. Interested parties will be shortlisted through various stages including an Invitation to Submit Initial Tenders, Dialogue, and Final Tender submission before the anticipated contract award decision on 26th April 2027.

This tender opens substantial opportunities for businesses specialising in construction, repair, and maintenance services, especially those with experience in large-scale housing projects and compliance with technical standards. The contracts, worth a total of £895 million, are structured to engage with various service providers, including small to medium enterprises and those capable of delivering technical solutions for responsive repairs and major works. Businesses that possess capabilities in mechanical and electrical installations, roofing, sewage and drainage, plumbing, joinery, carpentry, and plastering stand to benefit significantly. Additionally, companies offering excellence in technical quality, social value, and competitive commercial standing will have advantageous positioning in securing these long-term contracts, extending potentially up to 2037 and 2038 for each lot respectively.

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

Notice Title

Westminster Housing Responsive Repairs and Major Works Contracts

Notice Description

Westminster City Council (the 'Council') has a statutory duty to deliver repair and maintenance services to its 21,000-strong housing stock, comprising approximately 43% leasehold properties, 57% tenanted homes and 145 High Rise Buildings (HRB) across the Borough. It is also worth noting that 41% of the Council's housing stock is located within a conservation area, whereas 17% of the buildings are listed properties. Furthermore, the Council delivers major works and planned cyclical construction-based maintenance with the view of continuously improving the physical and social infrastructure of its housing stock. Currently housing repairs, maintenance and works are delivered via eight (8) Term Partnering Contracts ('TPC') which were procured in 2017 and 2019 for a period of up to ten (10) years as follows: * Responsive Repairs and Voids * Major Works (2 separate contracts covering North and South of the Borough) * Mechanical * Electrical * Domestic Heating * Lifts * Aids & Adaptations The Council is intending to re-procure these contracts based on revised scopes as part of an overarching Strategic Alliance Agreement, based on the FAC-1 Framework Alliance Agreement which all appointed contractors will be required to sign up to along with the contract documents specific to each requirement. Taking into account the differing expiry dates of the TPCs, the various Section 20 consultation requirements, as well as the indicative timelines associated with each retendering process, the Council determined that the re-procurements will be delivered in tranches. The Council issued a Preliminary Market Engagement (PME) Notice related to this procurement (Ref 2025/S 000-061916) on 2nd October 2025 (https://www.find-tender.service.gov.uk/Notice/061916-2025) supplemental to PME Notice with reference 2025/S000-022847 dated Monday 19th May 2025 (https://www.find-tender.service.gov.uk/Notice/022847-2025) for the purpose of inviting interested market suppliers to engage in detailed consultation around the proposed procurement model and the new contract opportunities for responsive repairs and voids and major works. For information, and in addition to the existing TPCs referenced above, the Council will also be procuring the following requirements through separately regulated processes: Establishment of a Planned Preventative Works Framework Specialist repair and maintenance contracts, including but not limited to minor works, roofing, damp and mould, plumbing and drainage Various Health & Safety Compliance contracts, and Establishment of a Professional Services Framework This tender notice provides details of the procurement for the Responsive Repairs & Voids contract and the Major Works contracts, which form part of the first tranche. The procurement is a lotted Procurement with Responsive Repairs & Voids constituting Lot 1 and Major Works constituting Lot 2. The procurement is to be conducted as a Competitive Flexible Procedure (CFP) and the structure will follow the same approach for both lots: a. Combined Conditions of Participation (COP) and Invitation to Submit Initial Tenders (ISIT) stage, b. Shortlisted Tenderers will be invited to participate in Technical and Commercial Dialogue, c. all Tenderers who participated in the Dialogue stage will be issued with an Invitation to Submit Final Tenders (ISFT), d. final tenders will be assessed and a most advantageous tenderer identified in line with section 19 of the Procurement Act 2023. However, the Council does not wish the same supplier to be awarded both lots and therefore has set bidding restrictions as outlined further in this notice. The Client reserves the right, at its sole discretion, to update, modify or issue supplementary documentation at any time during the procurement process to clarify any issue or amend any aspect of the associated tender documents by notification to the Tenderers in writing. The Council may, in its absolute discretion, exercise the option to extend any deadline in the event that subsequent documentation is issued or for any other reason.

Lot Information

Responsive Repairs & Voids

The Responsive Repairs & Voids contract will cover the delivery of responsive and emergency repairs to occupied dwellings in line with statutory timescales, as well as communal repairs across internal and external shared areas. It also includes minor and major works to bring empty homes to the Council's lettable standard (voids) and retrofit works to both occupied and unoccupied properties. The contractor will also provide all associated temporary works, professional services, and resident liaison support needed to ensure effective communication and service delivery. The appointed contractor must comply with the technical standards and relevant regulatory requirements as detailed in the Lot 1 General Requirements Term Brief and the Lot 1 Technical Term Brief (each of which is an associated tender document issued with this Tender Notice). The contract is to be procured for an initial term of five (5) years with an option to extend for further periods of three (3) years and two (2) years at the Council's discretion - extensions will be subject to budget availability, value for money considerations and the Contractor's performance in previous years. Contract commencement date: 31/08/2027, latest contract expiry date: 30/08/2037 The Procurement will result in the award of a single contract to the top-ranking Tenderer based on the Most Advantageous Tender (MAT). Form of Contract: Term Alliance Contract (TAC-1). The Winning Tenderer will be required to sign the Strategic Alliance Joining Agreement which will be included as a pre-condition in the TAC-1. The deadline for Lot 1 Clarification Submissions will be 28th April 2026 and the deadline for responding to the Lot 1 COP/ISIT Tender Pack by way of a Lot 1 COP/ISIT Submission will be 18th May 2026. The estimated award decision date for Lot 1 is 26th April 2027.

Renewal: The proposed contract term is five (5) years with the option to extend both the Lot 1 and Lot 2 contracts for additional periods of three (3) years and two (2) years at the Council's discretion - extensions will be subject to budget availability, value for money considerations and the Contractors' performance in the previous contract years.

Major Works

This lot covers planned and cyclical major works to the Council's housing stock, delivered broadly in line with the RIBA Plan of Work 2020. Contractors may be instructed to undertake a range of capital improvements, component replacements, and major repairs as detailed in the Term Brief. The scope and volume of works will be determined by the Council based on asset management priorities, stock condition, estate regeneration needs, resident input, and available budgets, including considerations of leaseholder affordability. Works will be instructed by way of Task Briefs issued to the appointed Contractors who will in turn be required to submit a Task Proposal. Following internal review and approval of the Task Proposal, the Council shall issue to an Order thus formally instructing the relevant contractor to undertake the required works. The Contract is to be procured for an initial term of five (5) years with an option to extend for further periods of three (3) years and two (2) years at the Council's discretion - extensions will be subject to budget availability, value for money considerations and the individual Contractor's performance during the initial term. Contract commencement date: 09/01/2028, latest contract expiry date: 08/01/2038 A Lot 2 Descriptive Document is estimated to be released in early April 2026. The Lot 2 COP/ISIT Tender Pack is estimated to be released in May 2026. There will be an extended tender submission deadline to ensure compliance with the Procurement Act 2023 and give potential bidders a chance to properly respond. However, the procurement of Lot 2 will be running on different timings to Lot 1 and has its own Lot 2 timetable (which is issued in conjunction with this Tender Notice). The deadline for Lot 2 Clarification Submissions will be: 7th August 2026 and the deadline for responding to the Lot 2 COP/ISIT Tender Pack by way of a Lot 2 COP/ISIT Submission will be 28th August 2026. The estimated award decision date for Lot 2 is 14th July 2027. The procurement will result in the award of two (2) city-wide contracts to the two top-ranking Tenderers based on the Most Advantageous Tender (MAT). Form of Contract: Term Alliance Contract (TAC-1). The Winning Tenderer will be required to sign the Strategic Alliance Joining Agreement which will be included as a pre-condition in the TAC-1.

Renewal: The contract extension options will be linked to performance and a programme of market testing at defined intervals during the contract period as set out in the Invitation to Tender. This serves as a longer-term incentive and establishes testing of ongoing value for money. The time periods for extensions are set out in the lot descriptions below.

Planning Information

This PME process shall comprise two (2) stages as described below: Stage 1: Interested suppliers will be invited to attend a virtual ‘Preliminary Market Engagement Event’ (the ‘Event’) which shall take place via Microsoft Teams on Thursday 16th October 2025 between 10:00am and 12:00pm. More specifically, during Stage 1 of the Event, a presentation will be delivered by key members of the Council’s Project team focusing on the following two (2) areas: a. During the first part of the presentation, suppliers will be provided with a greater insight into the proposed draft governance, working arrangements and ongoing management of the Strategic Alliance. This will be followed by an open forum ‘Questions and Answers’ session which will allow suppliers to share their thoughts and suggestions with the view of assisting the Council in shaping the Strategic Alliance. b. The second part of the presentation will be focusing on the procurement methodology for the Responsive Repairs & Voids and Major Works contracts, and more specifically seeking the market’s views on the benefits, disbenefits and competition mechanics of awarding individual contracts under separate lots or undertaking independent procurements. Although the Council does not intend to impose a maximum number of attendees per organisation, it is considered that an indicative number of three (3) representatives per supplier attending this Preliminary Market Engagement Event would be sufficient. Stage 2: Suppliers will be offered the opportunity to request an individual session which will be attended by key members of the Council’s Project team for the purpose of raising commercially sensitive matters. Individual supplier sessions shall take place between Friday 17th and Friday 31st October 2025. These sessions will be held virtually via Microsoft Teams for a maximum duration of thirty (30) minutes each. The Council reserves the right to hold sessions post 31 October 2025 depending on Council staff and market availability. In accordance with the requirements of the Procurement Act 2023, the Council is committed to conducting this PME in such a way that it does not put a supplier at an unfair advantage or disadvantage. Any information shared as part of these sessions which is not considered to be commercially sensitive at the Council’s sole discretion, will be shared with all other suppliers and as part of the associated tender documents as relevant. Suppliers who are interested in participating in the PME are kindly requested to provide the following information via the messaging function of the Council’s electronic tendering portal (Jaggaer) at least two (2) days prior to the date of the Event: • Confirmation of your participation to the Preliminary Market Engagement Event taking place on Wednesday 16th October 2024 • The full name, job title and email contact details for each one of your representatives who will be attending the Event • Following completion of the Event, suppliers may use the Jaggaer messaging function to advise if they feel that an individual session would be helpful. All communications, including expressions of interest and general queries, relating to this PME Notice shall take place exclusively via the Council’s electronic tendering portal. Information and instructions on how to register and access Jaggaer can be found in the following link: https://www.westminster.gov.uk/about-council/procurement/doing-business-westminster The Council does not bind itself to running a procurement, or awarding any resultant contract(s), following the conclusion of this PME.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05178f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028782-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

45000000 - Construction work

45211200 - Sheltered housing construction work

45211340 - Multi-dwelling buildings construction work

45220000 - Engineering works and construction works

45261900 - Roof repair and maintenance work

45300000 - Building installation work

45330000 - Plumbing and sanitary works

45400000 - Building completion work

45410000 - Plastering work

45420000 - Joinery and carpentry installation work

45450000 - Other building completion work

50000000 - Repair and maintenance services

50711000 - Repair and maintenance services of electrical building installations

50712000 - Repair and maintenance services of mechanical building installations

90000000 - Sewage, refuse, cleaning and environmental services

Notice Value(s)

Tender Value
£746,000,000 £100M-£1B
Lots Value
£746,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Mar 20262 weeks ago
Submission Deadline
18 May 20262 months to go
Future Notice Date
12 Jan 2026Expired
Award Date
Not specified
Contract Period
9 Jan 2028 - 8 Jan 2032 4-5 years
Recurrence
2036-04-30

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
WESTMINSTER CITY COUNCIL
Additional Buyers

SAVILLS (UK) LIMITED

TROWERS & HAMLINS LLP

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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, TLI32 Westminster

Local Authority
Westminster
Electoral Ward
West End
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-05178f-2026-03-27T19:02:01Z",
    "date": "2026-03-27T19:02:01Z",
    "ocid": "ocds-h6vhtk-05178f",
    "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"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-OC337852",
            "name": "Trowers & Hamlins LLP",
            "identifier": {
                "scheme": "GB-COH",
                "id": "OC337852"
            },
            "address": {
                "streetAddress": "3 Bunhill Row",
                "locality": "London",
                "postalCode": "EC1Y 8YZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI43"
            },
            "contactPoint": {
                "email": "enquiries@trowers.com"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Legal Advice and Support Services",
            "details": {
                "url": "https://www.trowers.com/"
            }
        },
        {
            "id": "GB-COH-02605138",
            "name": "SAVILLS (UK) LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02605138"
            },
            "address": {
                "streetAddress": "33 Margaret Street",
                "locality": "London",
                "postalCode": "W1G 0JD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "SHughes@savills.com"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Commercial Advice and Support",
            "details": {
                "url": "https://www.savills.com/services/consultancy.aspx"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PJVD-6261-BPPJ",
        "name": "Westminster City Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "This PME process shall comprise two (2) stages as described below: Stage 1: Interested suppliers will be invited to attend a virtual 'Preliminary Market Engagement Event' (the 'Event') which shall take place via Microsoft Teams on Thursday 16th October 2025 between 10:00am and 12:00pm. More specifically, during Stage 1 of the Event, a presentation will be delivered by key members of the Council's Project team focusing on the following two (2) areas: a. During the first part of the presentation, suppliers will be provided with a greater insight into the proposed draft governance, working arrangements and ongoing management of the Strategic Alliance. This will be followed by an open forum 'Questions and Answers' session which will allow suppliers to share their thoughts and suggestions with the view of assisting the Council in shaping the Strategic Alliance. b. The second part of the presentation will be focusing on the procurement methodology for the Responsive Repairs & Voids and Major Works contracts, and more specifically seeking the market's views on the benefits, disbenefits and competition mechanics of awarding individual contracts under separate lots or undertaking independent procurements. Although the Council does not intend to impose a maximum number of attendees per organisation, it is considered that an indicative number of three (3) representatives per supplier attending this Preliminary Market Engagement Event would be sufficient. Stage 2: Suppliers will be offered the opportunity to request an individual session which will be attended by key members of the Council's Project team for the purpose of raising commercially sensitive matters. Individual supplier sessions shall take place between Friday 17th and Friday 31st October 2025. These sessions will be held virtually via Microsoft Teams for a maximum duration of thirty (30) minutes each. The Council reserves the right to hold sessions post 31 October 2025 depending on Council staff and market availability. In accordance with the requirements of the Procurement Act 2023, the Council is committed to conducting this PME in such a way that it does not put a supplier at an unfair advantage or disadvantage. Any information shared as part of these sessions which is not considered to be commercially sensitive at the Council's sole discretion, will be shared with all other suppliers and as part of the associated tender documents as relevant. Suppliers who are interested in participating in the PME are kindly requested to provide the following information via the messaging function of the Council's electronic tendering portal (Jaggaer) at least two (2) days prior to the date of the Event: * Confirmation of your participation to the Preliminary Market Engagement Event taking place on Wednesday 16th October 2024 * The full name, job title and email contact details for each one of your representatives who will be attending the Event * Following completion of the Event, suppliers may use the Jaggaer messaging function to advise if they feel that an individual session would be helpful. All communications, including expressions of interest and general queries, relating to this PME Notice shall take place exclusively via the Council's electronic tendering portal. Information and instructions on how to register and access Jaggaer can be found in the following link: https://www.westminster.gov.uk/about-council/procurement/doing-business-westminster The Council does not bind itself to running a procurement, or awarding any resultant contract(s), following the conclusion of this PME.",
                "dueDate": "2025-10-31T23:59:59+00:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "022847-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/022847-2025",
                "datePublished": "2025-05-19T16:42:51+01:00",
                "format": "text/html"
            },
            {
                "id": "061916-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/061916-2025",
                "datePublished": "2025-10-02T17:02:55+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "PRJ_30901",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Westminster Housing Responsive Repairs and Major Works Contracts",
        "description": "Westminster City Council (the 'Council') has a statutory duty to deliver repair and maintenance services to its 21,000-strong housing stock, comprising approximately 43% leasehold properties, 57% tenanted homes and 145 High Rise Buildings (HRB) across the Borough. It is also worth noting that 41% of the Council's housing stock is located within a conservation area, whereas 17% of the buildings are listed properties. Furthermore, the Council delivers major works and planned cyclical construction-based maintenance with the view of continuously improving the physical and social infrastructure of its housing stock. Currently housing repairs, maintenance and works are delivered via eight (8) Term Partnering Contracts ('TPC') which were procured in 2017 and 2019 for a period of up to ten (10) years as follows: * Responsive Repairs and Voids * Major Works (2 separate contracts covering North and South of the Borough) * Mechanical * Electrical * Domestic Heating * Lifts * Aids & Adaptations The Council is intending to re-procure these contracts based on revised scopes as part of an overarching Strategic Alliance Agreement, based on the FAC-1 Framework Alliance Agreement which all appointed contractors will be required to sign up to along with the contract documents specific to each requirement. Taking into account the differing expiry dates of the TPCs, the various Section 20 consultation requirements, as well as the indicative timelines associated with each retendering process, the Council determined that the re-procurements will be delivered in tranches. The Council issued a Preliminary Market Engagement (PME) Notice related to this procurement (Ref 2025/S 000-061916) on 2nd October 2025 (https://www.find-tender.service.gov.uk/Notice/061916-2025) supplemental to PME Notice with reference 2025/S000-022847 dated Monday 19th May 2025 (https://www.find-tender.service.gov.uk/Notice/022847-2025) for the purpose of inviting interested market suppliers to engage in detailed consultation around the proposed procurement model and the new contract opportunities for responsive repairs and voids and major works. For information, and in addition to the existing TPCs referenced above, the Council will also be procuring the following requirements through separately regulated processes: Establishment of a Planned Preventative Works Framework Specialist repair and maintenance contracts, including but not limited to minor works, roofing, damp and mould, plumbing and drainage Various Health & Safety Compliance contracts, and Establishment of a Professional Services Framework This tender notice provides details of the procurement for the Responsive Repairs & Voids contract and the Major Works contracts, which form part of the first tranche. The procurement is a lotted Procurement with Responsive Repairs & Voids constituting Lot 1 and Major Works constituting Lot 2. The procurement is to be conducted as a Competitive Flexible Procedure (CFP) and the structure will follow the same approach for both lots: a. Combined Conditions of Participation (COP) and Invitation to Submit Initial Tenders (ISIT) stage, b. Shortlisted Tenderers will be invited to participate in Technical and Commercial Dialogue, c. all Tenderers who participated in the Dialogue stage will be issued with an Invitation to Submit Final Tenders (ISFT), d. final tenders will be assessed and a most advantageous tenderer identified in line with section 19 of the Procurement Act 2023. However, the Council does not wish the same supplier to be awarded both lots and therefore has set bidding restrictions as outlined further in this notice. The Client reserves the right, at its sole discretion, to update, modify or issue supplementary documentation at any time during the procurement process to clarify any issue or amend any aspect of the associated tender documents by notification to the Tenderers in writing. The Council may, in its absolute discretion, exercise the option to extend any deadline in the event that subsequent documentation is issued or for any other reason.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50712000",
                        "description": "Repair and maintenance services of mechanical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50711000",
                        "description": "Repair and maintenance services of electrical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45261900",
                        "description": "Roof repair and maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90000000",
                        "description": "Sewage, refuse, cleaning and environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45330000",
                        "description": "Plumbing and sanitary works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45420000",
                        "description": "Joinery and carpentry installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45450000",
                        "description": "Other building completion work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45410000",
                        "description": "Plastering work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "Lot 2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45211340",
                        "description": "Multi-dwelling buildings construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45261900",
                        "description": "Roof repair and maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45211200",
                        "description": "Sheltered housing construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45400000",
                        "description": "Building completion work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45220000",
                        "description": "Engineering works and construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45450000",
                        "description": "Other building completion work"
                    }
                ],
                "relatedLot": "Lot 2"
            }
        ],
        "value": {
            "amountGross": 895000000,
            "amount": 746000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "works",
        "additionalProcurementCategories": [
            "works"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-08-31T00:00:00+01:00",
                    "endDate": "2032-08-30T23:59:59+01:00",
                    "maxExtentDate": "2037-08-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "identifiers": [
                    {
                        "id": "Lot 1"
                    }
                ],
                "title": "Responsive Repairs & Voids",
                "description": "The Responsive Repairs & Voids contract will cover the delivery of responsive and emergency repairs to occupied dwellings in line with statutory timescales, as well as communal repairs across internal and external shared areas. It also includes minor and major works to bring empty homes to the Council's lettable standard (voids) and retrofit works to both occupied and unoccupied properties. The contractor will also provide all associated temporary works, professional services, and resident liaison support needed to ensure effective communication and service delivery. The appointed contractor must comply with the technical standards and relevant regulatory requirements as detailed in the Lot 1 General Requirements Term Brief and the Lot 1 Technical Term Brief (each of which is an associated tender document issued with this Tender Notice). The contract is to be procured for an initial term of five (5) years with an option to extend for further periods of three (3) years and two (2) years at the Council's discretion - extensions will be subject to budget availability, value for money considerations and the Contractor's performance in previous years. Contract commencement date: 31/08/2027, latest contract expiry date: 30/08/2037 The Procurement will result in the award of a single contract to the top-ranking Tenderer based on the Most Advantageous Tender (MAT). Form of Contract: Term Alliance Contract (TAC-1). The Winning Tenderer will be required to sign the Strategic Alliance Joining Agreement which will be included as a pre-condition in the TAC-1. The deadline for Lot 1 Clarification Submissions will be 28th April 2026 and the deadline for responding to the Lot 1 COP/ISIT Tender Pack by way of a Lot 1 COP/ISIT Submission will be 18th May 2026. The estimated award decision date for Lot 1 is 26th April 2027.",
                "value": {
                    "amountGross": 415000000,
                    "amount": 346000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality (Technical Quality Questions)",
                            "description": "As set out in the associated tender documents",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "As set out in the associated tender documents",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "As set out in the associated tender documents",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Legal and financial conditions of participation are as set out in the Associated Tender Documents covering, among other things, the economic and financial standing of the Tenderer, insurance and their general compliance with law."
                        },
                        {
                            "type": "technical",
                            "description": "Technical ability conditions of participation are as set out in the Associated Tender Documents and include, among other things, relevant contract experience."
                        }
                    ]
                },
                "renewal": {
                    "description": "The proposed contract term is five (5) years with the option to extend both the Lot 1 and Lot 2 contracts for additional periods of three (3) years and two (2) years at the Council's discretion - extensions will be subject to budget availability, value for money considerations and the Contractors' performance in the previous contract years."
                }
            },
            {
                "id": "Lot 2",
                "title": "Major Works",
                "description": "This lot covers planned and cyclical major works to the Council's housing stock, delivered broadly in line with the RIBA Plan of Work 2020. Contractors may be instructed to undertake a range of capital improvements, component replacements, and major repairs as detailed in the Term Brief. The scope and volume of works will be determined by the Council based on asset management priorities, stock condition, estate regeneration needs, resident input, and available budgets, including considerations of leaseholder affordability. Works will be instructed by way of Task Briefs issued to the appointed Contractors who will in turn be required to submit a Task Proposal. Following internal review and approval of the Task Proposal, the Council shall issue to an Order thus formally instructing the relevant contractor to undertake the required works. The Contract is to be procured for an initial term of five (5) years with an option to extend for further periods of three (3) years and two (2) years at the Council's discretion - extensions will be subject to budget availability, value for money considerations and the individual Contractor's performance during the initial term. Contract commencement date: 09/01/2028, latest contract expiry date: 08/01/2038 A Lot 2 Descriptive Document is estimated to be released in early April 2026. The Lot 2 COP/ISIT Tender Pack is estimated to be released in May 2026. There will be an extended tender submission deadline to ensure compliance with the Procurement Act 2023 and give potential bidders a chance to properly respond. However, the procurement of Lot 2 will be running on different timings to Lot 1 and has its own Lot 2 timetable (which is issued in conjunction with this Tender Notice). The deadline for Lot 2 Clarification Submissions will be: 7th August 2026 and the deadline for responding to the Lot 2 COP/ISIT Tender Pack by way of a Lot 2 COP/ISIT Submission will be 28th August 2026. The estimated award decision date for Lot 2 is 14th July 2027. The procurement will result in the award of two (2) city-wide contracts to the two top-ranking Tenderers based on the Most Advantageous Tender (MAT). Form of Contract: Term Alliance Contract (TAC-1). The Winning Tenderer will be required to sign the Strategic Alliance Joining Agreement which will be included as a pre-condition in the TAC-1.",
                "status": "active",
                "value": {
                    "amountGross": 480000000,
                    "amount": 400000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality (Technical Quality Questions)",
                            "description": "As set out in the associated tender documents",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "As set out in the associated tender documents",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "As set out in the associated tender documents",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Legal and financial conditions of participation are as set out in the Associated Tender Documents covering, among other things, the economic and financial standing of the Tenderer, insurance and their general compliance with law."
                        },
                        {
                            "type": "technical",
                            "description": "Technical ability conditions of participation are as set out in the Associated Tender Documents and include, among other things, relevant contract experience."
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2028-01-09T00:00:00+00:00",
                    "endDate": "2032-01-08T23:59:59+00:00",
                    "maxExtentDate": "2038-01-08T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract extension options will be linked to performance and a programme of market testing at defined intervals during the contract period as set out in the Invitation to Tender. This serves as a longer-term incentive and establishes testing of ongoing value for money. The time periods for extensions are set out in the lot descriptions below."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-12T23:59:59+00:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The following stages will be carried out under the Competitive Flexible Procedure for each Lot but on different timetables. The Lots and their indicative timetables are linked through the bidding restrictions : Stage 1 - Combined Participation and Invitation to Submit Initial Tenders (ISIT) Stage 2 - Dialogue Stage 3 - Invitation to Submit Final Tenders (ISFT) Stage 4 - Preferred Tenderer and Contract Award The number of tenderers will be reduced at each stage as set out in the ISIT for the relevant Lot. An indicative procurement timetable has been provided for each Lot within the Associated Tender documents. Stage 1 - The Council is conducting a combined Conditions of Participation (COP) and Invitation to Submit Initial Tender (COP/ISIT) stage. Tenderers will be required to submit a fully completed COP Submission Document along with responses to each section of the ISIT Submission Document (the document focused on the award criteria and any sub-criteria) and the completed Bid Forms. When assessed, Tenderers who do not meet the minimum COP requirements will be rejected and not considered any further. Tenderers who meet or exceed the minimum COP requirements will have their ISIT submission assessed. Subject to certain caveats in the rules for each Lot (explained in the associated tender documents), it is intended by the Council that the top 3 highest ranking Tenderers will be shortlisted and will proceed to Stage 2 (Dialogue). Stage 2 - Dialogue sessions. Stage 2 of the CFP process will enable the Council to clarify its expectations, ensure that the proposed solutions are deliverable, explore the potential for further savings for the Council and incorporate any necessary refinements to the technical requirements where doing so improves service quality, operational efficiency or commercial viability. All Tenderers involved in Stage 2 will proceed to Stage 3. Stage 3 - Invitation to Submit Final Tenders (ISFT) - The final tender submissions will be assessed against the award criteria and the Tenderer(s) with the highest overall combined score for the relevant Lot will be recommended as the Most Advantageous Tender. Stage 4 - Preferred Tenderer and Contract Award - Following a Completeness and compliance review a Preferred Tenderer will then be identified on the basis of the Final Tender representing the Most Advantageous Tender (MAT). In accordance with section 24 of the Procurement Act 2023, prior to the Council issuing any ISFT, the Council may refine the award criteria for this procurement. This may include consequential refinement to the relative importance of the award criteria as specified in the associated tender documents. Where it does so, the Council will republish or provide again this Tender Notice and any associated tender documents affected by the refinement(s). Without limitation, the Council anticipates that refinements in accordance with section 24 may include adjustments to the percentage weightings of any one of the Tier 4 Quality Award Criteria set out in the associated tender documents following completion of Dialogue stage and/or augmentation of previously published award criteria without changing their fundamental intent."
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://wcc.ukp.app.jaggaer.com/esop/ogc-host/public/wcc/web/login.jst?VISITORID=3287dbc7-cece-4ce0-9778-aa59dc7cb968&_ncp=1774629932548.2488834-1",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-05-18T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-28T16:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2027-04-26T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "Any documents issued after the tender notice is published will be issued via the Jaggaer e-Sourcing portal https://wcc.ukp.app.jaggaer.com/esop/ogc-host/public/wcc/web/login.jst?VISITORID=3287dbc7-cece-4ce0-9778-aa59dc7cb968&_ncp=1774629932548.2488834-1 Ref: PR J_30901"
            },
            {
                "id": "028782-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/028782-2026",
                "datePublished": "2026-03-27T19:02:01Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2036-04-30T23:59:59+01:00"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "As set out within the TAC-1 (the form of proposed contract for the Lot 1 Contract) which is provided within the Associated Tender documents"
        },
        "riskDetails": "Market volatility - Inflationary pressures can increase the likelihood of projects and service delivery delays. TUPE Transfer risk - Mobilisation delays, employment claims, service continuity issues in the event the contract start date cannot be achieved and cost uplifts due to unplanned extensions. Change of law/legislation - Breach of statutory duties leading to regulatory action brought against the Council in the form of inspections and possible enforcement notices. Data Migration and Transition Risk - Errors or incomplete migration may disrupt live repairs operations. Integration and Interface Failures - The contractor's job management system must interface with the new Housing Management System. Technical failures may cause delays, duplicate effort or manual workarounds."
    },
    "language": "en"
}