Notice Information
Notice Title
Highways Audit & Assurance and Monitoring (A&AM) Contract
Notice Description
The purpose of this Preliminary Market Engagement Notice is to initiate the engagement exercise for the procurement of an independent, expert-led Audit and Performance Oversight partner to support Westminster City Council (WCC) in the management and assurance of its Highways Contract. The Council seeks to assess the capability and interest of the market in delivering high-quality, data-driven audit and performance assurance services, that ensure value for money, compliance, and continuous improvement across all Highways service areas. In addition these services may also be extended to include Parking, Communities and Environment functions. The scope of services will include: * Monthly and quarterly performance audits * Thematic deep dives (e.g. responsible procurement, carbon impact, social value) * Annual audit plan development and delivery * Real-time assurance support during mobilisation and transition * Use of digital tools (e.g. ASITE, data analytics, AI) for insight and reporting * Collaboration with relevant internal teams (Strategic Transport, Legal, Procurement, Finance, Parking, Communities and Environment)) * Provision of specialist resources to meet assurance and technical needs * Input into asset management and other built environment functions e.g. parking where relevant Strategic objectives include: * Performance Scrutiny: Evaluate delivery against KPIs, milestones, and service standards. * Cost Assurance: Validate financial claims, assess cost-effectiveness, and identify inefficiencies. * Risk & Compliance Monitoring: Ensure adherence to statutory, regulatory, and contractual obligations. * Commercial Intelligence: Provide insights to support contract management and innovation. * Support for Commercial Contract Model: Test and validate NEC4-based contractual mechanisms. * Asset Management: Maintain strategic oversight of asset data and inform long-term investment decisions. We are also looking to assess and utilise market innovation and continuous improvement practices. This will form a key part of the engagement, with expectations for: * Bi-annual innovation reviews; * Recommendations for digital integration and automation; * Development of performance frameworks,KPIs and intelligence led decision making; and * Proposals that support efficiency, cost reduction, and income generation. WCC wishes to consult with organisations with relevant experience of delivering similar services. The purpose of this consultation is to seek the view of market participants on potential service delivery models available to WCC that best align with the above objectives. This will assist WCC in planning the future procurement procedures. WCC intends to commence the procurement procedure in the first half of 2026.
Planning Information
The Council will conduct a structured market engagement process to inform the forthcoming procurement strategy. An initial online briefing session will be held to outline the Council’s objectives on the 25th November 2025 to provide an overview of the proposed contract scope, and explain how suppliers can participate in the engagement. This session will also allow potential suppliers to raise early questions and share feedback on the draft approach. An interactive supplier portal will be established within the Council’s Jaggaer e-procurement system. The portal will serve as a secure platform for sharing additional information, discussion papers, and draft documentation. It will also enable suppliers to submit comments, suggestions, and clarification queries directly to the project team. Please contact the Council at nsaunders@westminster.gov.uk to register your interest in attending the briefing sessions or register on the supplier portal https://wcc.ukp.app.jaggaer.com/go/73176532019A820FED77 . Feedback gathered through this process will be used to refine the commercial model, performance framework, and procurement documentation prior to the formal launch of the tender.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05e13c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/073888-2025
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- UK2 - Preliminary Market Engagement Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
45233139 - Highway maintenance work
71311210 - Highways consultancy services
Notice Value(s)
- Tender Value
- £2,150,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Nov 20253 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- 1 May 20263 months to go
- Award Date
- Not specified
- Contract Period
- 31 Mar 2027 - 31 Mar 2030 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planning
- Lots Status
- Planning
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WESTMINSTER CITY COUNCIL
- Contact Name
- Nick Saunders
- Contact Email
- nsaunders@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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/073888-2025
14th November 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-05e13c-2025-11-14T11:19:01Z",
"date": "2025-11-14T11:19:01Z",
"ocid": "ocds-h6vhtk-05e13c",
"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": {
"name": "Nick Saunders",
"email": "nsaunders@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": "The Council will conduct a structured market engagement process to inform the forthcoming procurement strategy. An initial online briefing session will be held to outline the Council's objectives on the 25th November 2025 to provide an overview of the proposed contract scope, and explain how suppliers can participate in the engagement. This session will also allow potential suppliers to raise early questions and share feedback on the draft approach. An interactive supplier portal will be established within the Council's Jaggaer e-procurement system. The portal will serve as a secure platform for sharing additional information, discussion papers, and draft documentation. It will also enable suppliers to submit comments, suggestions, and clarification queries directly to the project team. Please contact the Council at nsaunders@westminster.gov.uk to register your interest in attending the briefing sessions or register on the supplier portal https://wcc.ukp.app.jaggaer.com/go/73176532019A820FED77 . Feedback gathered through this process will be used to refine the commercial model, performance framework, and procurement documentation prior to the formal launch of the tender.",
"dueDate": "2025-12-12T23:59:59+00:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "073888-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/073888-2025",
"datePublished": "2025-11-14T11:19:01Z",
"format": "text/html"
}
]
},
"tender": {
"id": "ocds-h6vhtk-05e13c",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Highways Audit & Assurance and Monitoring (A&AM) Contract",
"description": "The purpose of this Preliminary Market Engagement Notice is to initiate the engagement exercise for the procurement of an independent, expert-led Audit and Performance Oversight partner to support Westminster City Council (WCC) in the management and assurance of its Highways Contract. The Council seeks to assess the capability and interest of the market in delivering high-quality, data-driven audit and performance assurance services, that ensure value for money, compliance, and continuous improvement across all Highways service areas. In addition these services may also be extended to include Parking, Communities and Environment functions. The scope of services will include: * Monthly and quarterly performance audits * Thematic deep dives (e.g. responsible procurement, carbon impact, social value) * Annual audit plan development and delivery * Real-time assurance support during mobilisation and transition * Use of digital tools (e.g. ASITE, data analytics, AI) for insight and reporting * Collaboration with relevant internal teams (Strategic Transport, Legal, Procurement, Finance, Parking, Communities and Environment)) * Provision of specialist resources to meet assurance and technical needs * Input into asset management and other built environment functions e.g. parking where relevant Strategic objectives include: * Performance Scrutiny: Evaluate delivery against KPIs, milestones, and service standards. * Cost Assurance: Validate financial claims, assess cost-effectiveness, and identify inefficiencies. * Risk & Compliance Monitoring: Ensure adherence to statutory, regulatory, and contractual obligations. * Commercial Intelligence: Provide insights to support contract management and innovation. * Support for Commercial Contract Model: Test and validate NEC4-based contractual mechanisms. * Asset Management: Maintain strategic oversight of asset data and inform long-term investment decisions. We are also looking to assess and utilise market innovation and continuous improvement practices. This will form a key part of the engagement, with expectations for: * Bi-annual innovation reviews; * Recommendations for digital integration and automation; * Development of performance frameworks,KPIs and intelligence led decision making; and * Proposals that support efficiency, cost reduction, and income generation. WCC wishes to consult with organisations with relevant experience of delivering similar services. The purpose of this consultation is to seek the view of market participants on potential service delivery models available to WCC that best align with the above objectives. This will assist WCC in planning the future procurement procedures. WCC intends to commence the procurement procedure in the first half of 2026.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71311210",
"description": "Highways consultancy services"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 2580000,
"amount": 2150000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2027-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00",
"maxExtentDate": "2032-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"status": "planning"
}
],
"communication": {
"futureNoticeDate": "2026-05-01T23:59:59+01:00"
},
"status": "planning"
},
"language": "en"
}