Award

Supported Housing Domestic Violence

WESTMINSTER CITY COUNCIL

This public procurement record has 1 release in its history.

AwardUpdate

13 Jun 2025 at 13:37

Summary of the contracting process

The procurement process is being led by Westminster City Council for the provision of supported housing services targeting domestic violence in the Westminster area. The contract, originally awarded at a value of £1,948,356, has been modified to a total value of £2,219,536, extending until 31st December 2025 due to increased demand and necessary consultation. The procurement falls under the "Health and social work services" category, identified by CPV id 85000000. The contract extension aligns with Regulation 72(1)(b) of the Public Contracts Regulations 2015 to avoid a service gap during a new procurement process. The current supplier, Refuge, continues to provide services while the procurement is in the award update and contract update stage.

This tender presents a valuable opportunity for businesses in the health and social work services sector to explore re-procurement outcomes and potential partnerships. Companies specialising in supported housing, especially those with expertise in domestic violence services, could benefit from anticipated changes in delivery models and pricing structures. Large organisations, as well as small and medium enterprises (SMEs), particularly those already embedded in or familiar with the Westminster locale, may find this contract an excellent opportunity to expand their operations by engaging with Westminster City Council's future procurement processes.

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

Supported Housing Domestic Violence

Notice Description

Lot Information

Lot N/A

The nature and quantity of the services will be the same as provided for in the original contract. Only the expiry date of the contract will change.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05489e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/032321-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

70 - Real estate services

85 - Health and social work services


CPV Codes

70333000 - Housing services

85000000 - Health and social work services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£2,219,536 £1M-£10M

Notice Dates

Publication Date
13 Jun 20258 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
31 Mar 20232 years ago
Contract Period
31 Mar 2023 - 31 Dec 2025 2-3 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
WESTMINSTER CITY COUNCIL
Contact Name
Not specified
Contact Email
schaudhry1@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
TLI32 Westminster

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

Supplier Information

Number of Suppliers
1
Supplier Name

REFUGE

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-05489e-2025-06-13T14:37:43+01:00",
    "date": "2025-06-13T14:37:43+01:00",
    "ocid": "ocds-h6vhtk-05489e",
    "description": "For the purposes of the values quoted in this notice: (i) the original value of the contract at award was PS1,948,356; and (ii) following the modification referred to in section VII.2.1 below the total overall value of the contract is PS2,219,536.",
    "initiationType": "tender",
    "tender": {
        "id": "Con_27494",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Supported Housing Domestic Violence",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "N/A",
                "description": "The nature and quantity of the services will be the same as provided for in the original contract. Only the expiry date of the contract will change.",
                "contractPeriod": {
                    "startDate": "2023-04-01T00:00:00+01:00",
                    "endDate": "2025-03-31T23:59:59+01:00"
                }
            }
        ],
        "items": [
            {
                "id": "N/A",
                "deliveryAddresses": [
                    {
                        "region": "UKI32"
                    }
                ],
                "deliveryLocation": {
                    "description": "Westminster"
                },
                "relatedLot": "N/A"
            }
        ],
        "techniques": {
            "frameworkAgreement": {
                "periodRationale": "N/A"
            }
        }
    },
    "awards": [
        {
            "id": "032321-2025-Con_27494-1",
            "relatedLots": [
                "N/A"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-151285",
                    "name": "Refuge"
                },
                {
                    "id": "GB-FTS-151286",
                    "name": "Refuge"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-5427",
            "name": "Westminster City Council",
            "identifier": {
                "legalName": "Westminster City Council"
            },
            "address": {
                "streetAddress": "64 Victoria Street",
                "locality": "London",
                "region": "UKI32",
                "postalCode": "SW1E 6QP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "schaudhry1@westminster.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.westminster.gov.uk/about-council/procurement"
            }
        },
        {
            "id": "GB-FTS-151285",
            "name": "Refuge",
            "identifier": {
                "legalName": "Refuge",
                "id": "277424",
                "schemeEntered": "Charity Number"
            },
            "address": {
                "streetAddress": "Tintagel House (TH) Albert Embankment",
                "locality": "London",
                "region": "UKI32",
                "postalCode": "SE1 7TY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-151286",
            "name": "Refuge",
            "identifier": {
                "legalName": "Refuge",
                "id": "277424",
                "schemeEntered": "Charity Number"
            },
            "address": {
                "locality": "Liverpool",
                "region": "UKI32",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-151268",
            "name": "Westminster City Council",
            "identifier": {
                "legalName": "Westminster City Council"
            },
            "address": {
                "streetAddress": "Westminster City Hall, 64 Victoria Street",
                "locality": "London",
                "postalCode": "SW1E 6QP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-5427",
        "name": "Westminster City Council"
    },
    "contracts": [
        {
            "id": "032321-2025-Con_27494-1",
            "awardID": "032321-2025-Con_27494-1",
            "status": "active",
            "value": {
                "amount": 2219536,
                "currency": "GBP"
            },
            "dateSigned": "2023-04-01T00:00:00+01:00",
            "period": {
                "startDate": "2023-04-01T00:00:00+01:00",
                "endDate": "2025-12-31T23:59:59Z"
            },
            "items": [
                {
                    "id": "N/A",
                    "classification": {
                        "scheme": "CPV",
                        "id": "70333000",
                        "description": "Housing services"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UKI32"
                        }
                    ],
                    "deliveryLocation": {
                        "description": "Westminster"
                    },
                    "relatedLot": "N/A"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "description": "The contract is being modified to extend the term in accordance with Regulation 72(1)(b) of the Public Contracts Regulations 2015. An extension to the term is necessary to avoid a gap in the services while WCC carries out a new procurement process. Given demand for services is increasing and suitable accommodation in the borough being scarce, the design of the re-procurement requires further consultation/consideration, to ensure that any future contract was fit for purpose (to include a revised delivery model and pricing structure). A contract extension is required until December 2025 to accommodate the timeframe to conduct the new procurement procedure and facilitate a transition period for any new providers appointed.",
                    "rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: WCC takes the view that the above-mentioned nine-month extension is a permissible modification pursuant to Regulation 72(1)(b) of the Public Contracts Regulations 2015. A change in contractor cannot be made as WCC considers that it would be uneconomical and impractical for a short-term change of contractor to take place. The majority of the contract price relates to staffing costs, rather than the costs of the accommodation, and the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) would apply to those staff if there was a change in contractor for this nine-month period. WCC believes it would not be economically viable for staff to be transferred to an alternative provider of the services on a short-term basis. Additionally, a change in contractor would involve a circa three-month mobilisation to begin providing the services, thereby risking a gap in the provision of the services. Continuity and consistency of support to service users is critical and a change in contractor for such a short period of time could prove incredibly disruptive for those service users. In the event WCC was required to change contractor at this juncture, particularly for a short period of nine months, this would cause significant inconvenience and substantial duplication of costs for WCC. This would require substantial duplication of effort to mobilise a new contractor, in addition to the resource/effort required to conduct a further procurement process in tandem with preparing for the re-procurement in respect of the longer-term contract. This would be highly disruptive to WCC's operations and would entail a duplication of costs that would not be an effective use of taxpayers' funds. WCC is subject to statutory obligations to provide the services and the disruption caused by a change of contractor at this stage would create a real risk that WCC's ability to properly discharge those obligations would be compromised."
                }
            ]
        }
    ],
    "language": "en"
}