Tender

Ebury Phase 2 - New build warranty and insurance

WESTMINSTER CITY COUNCIL

This public procurement record has 3 releases in its history.

TenderUpdate

01 Apr 2026 at 12:22

Tender

01 Apr 2026 at 09:58

Planning

23 Mar 2026 at 12:17

Summary of the contracting process

Westminster City Council is conducting a procurement process for the "Ebury Phase 2 - New build warranty and insurance" project, focused on the insurance industry category in central London, United Kingdom. This tender concerns the acquisition of warranty and insurance services for the Ebury Phase 2 development, set to begin in late May 2026 and valued over £200 million. The procurement follows an open procedure, allowing electronic submissions until 29th April 2026 for the tender and 20th April 2026 for enquiries. The Council anticipates awarding the contract by 5th June 2026, with the warranty policy to commence on 1st July 2026 and lasting until 2039. This planning phase includes market engagement, welcoming suppliers to express interest, set to close by 27th March 2026.

This tender represents a significant opportunity for businesses in the insurance service sector, especially those with experience in large-scale urban developments in England, both private and social/affordable. Companies with robust financial health, indicated by a turnover of at least £7 million, and those rated satisfactorily by Creditsafe with a minimum risk score of 50, are well-suited to compete. The alignment of services to the Council's criteria provides room for growth and partnerships, especially for SMEs capable of meeting complex insurance needs across international buyer bases. Engaging in this procurement process allows businesses to leverage a substantial service offering that extends warranty protection across private and social housing developments, fostering long-term business and industry partnerships.

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

Notice Title

Ebury Phase 2 - New build warranty and insurance

Notice Description

New build warranty and insurance required for the Ebury Phase 2 development, consisting of five towers. The development will consist of 98 private sale homes and 236 social/affordable homes for Council tenants. The works will be undertaken by McLaren Construction, and is anticipated to commence late May 2026. Council requires a suitable warranty and insurance provider for the new build including cover for the works and structural warranty post-completion. The requirement is for a 12-year policy, including the two-year defect liability period after the practical completion. It must cover both the private sale and social rent units, and appropriate for a central London scheme valued over PS200 million. The policy must protect purchaser deposits if the contractor becomes insolvent before completion, a warranty for the private sale building block (which is attached to an existing already insured Private Accommodation Building), and appropriate for both UK and overseas purchasers. The policy must cover as a minimum the following works: water ingress through the roof or walls (due to a defect in certain parts of the home), damage resulting from a defect in the foundations, roofs, load-bearing walls and floors, damage resulting from a defect in the underground draining that serves the home and damage resulting from a defect in staircases inside of the home. The requirements and process are further detailed in the Council's Invitation to Tender and Scope of Services uploaded to the Jaggaer Portal.

Planning Information

If suppliers are interested in this opportunity, the Council would be grateful for an email directly to the procurement lead, at edesveaux@westminster.gov.uk. The Council would like to hear from potential suppliers in the market. The Council is keen to understand supplier appetite to tender, what suppliers need from the Council to submit a response (e.g. building informatoin), and any other details suppliers wish to share for the Council's consideration.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-06714c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/030364-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

66 - Financial and insurance services


CPV Codes

66510000 - Insurance services

66515200 - Property insurance services

Notice Value(s)

Tender Value
£3,500,000 £1M-£10M
Lots Value
£3,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Apr 20262 days ago
Submission Deadline
29 Apr 20264 weeks to go
Future Notice Date
3 Apr 2026Expired
Award Date
Not specified
Contract Period
30 Jun 2026 - 31 Dec 2039 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
WESTMINSTER CITY COUNCIL
Contact Name
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
TLI32 Westminster

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

Further Information

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-06714c-2026-04-01T13:22:54+01:00",
    "date": "2026-04-01T13:22:54+01:00",
    "ocid": "ocds-h6vhtk-06714c",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PJVD-6261-BPPJ",
            "name": "Westminster City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJVD-6261-BPPJ"
            },
            "address": {
                "streetAddress": "64 Victoria Street",
                "locality": "London",
                "postalCode": "SW1E 6QP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "procurementteammailbox@westminster.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.westminster.gov.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PJVD-6261-BPPJ",
        "name": "Westminster City Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "If suppliers are interested in this opportunity, the Council would be grateful for an email directly to the procurement lead, at edesveaux@westminster.gov.uk. The Council would like to hear from potential suppliers in the market. The Council is keen to understand supplier appetite to tender, what suppliers need from the Council to submit a response (e.g. building informatoin), and any other details suppliers wish to share for the Council's consideration.",
                "dueDate": "2026-03-27T23:59:59+00:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "026223-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/026223-2026",
                "datePublished": "2026-03-23T12:17:03Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "P782",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Ebury Phase 2 - New build warranty and insurance",
        "description": "New build warranty and insurance required for the Ebury Phase 2 development, consisting of five towers. The development will consist of 98 private sale homes and 236 social/affordable homes for Council tenants. The works will be undertaken by McLaren Construction, and is anticipated to commence late May 2026. Council requires a suitable warranty and insurance provider for the new build including cover for the works and structural warranty post-completion. The requirement is for a 12-year policy, including the two-year defect liability period after the practical completion. It must cover both the private sale and social rent units, and appropriate for a central London scheme valued over PS200 million. The policy must protect purchaser deposits if the contractor becomes insolvent before completion, a warranty for the private sale building block (which is attached to an existing already insured Private Accommodation Building), and appropriate for both UK and overseas purchasers. The policy must cover as a minimum the following works: water ingress through the roof or walls (due to a defect in certain parts of the home), damage resulting from a defect in the foundations, roofs, load-bearing walls and floors, damage resulting from a defect in the underground draining that serves the home and damage resulting from a defect in staircases inside of the home. The requirements and process are further detailed in the Council's Invitation to Tender and Scope of Services uploaded to the Jaggaer Portal.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "66510000",
                        "description": "Insurance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66515200",
                        "description": "Property insurance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 3500000,
            "amount": 3500000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00+01:00",
                    "endDate": "2039-12-31T23:59:59+00:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 3500000,
                    "amount": 3500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "Overall cost of the warranty and insurance required",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "Overall cost of the warranty and insurance required",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Suppliers must be registered and/or regulated to provide the required warranty and insurance. The Council requires suppliers to have at least PS7 million (2x contract value) turnover, based on the average of the last two financial years. The Council will also use Creditsafe reports to determine the risk score of suppliers. A minimum of 50 will be required."
                        },
                        {
                            "type": "technical",
                            "description": "The qualification will require one example of a private sale developments within England with an estimated value over PS50 million which the supplier has covered, and one example of a social/affordable development within England with an estimated value over PS100 million which the supplier has covered. The supplier will need to include the value of the schemes, the developer/Employer, and the services provided. The Council will also require suppliers confirm their product meets its requirements."
                        },
                        {
                            "type": "economic",
                            "description": "Suppliers must be registered and/or regulated to provide the required warranty and insurance. The Council requires suppliers to have at least PS7 million (2x contract value) turnover, based on the average of the last two financial years. The Council will also use Creditsafe reports to determine the risk score of suppliers. A minimum of 50 will be required."
                        },
                        {
                            "type": "technical",
                            "description": "The qualification will require one example of a private sale developments within England with an estimated value over PS50 million which the supplier has covered, and one example of a social/affordable development within England with an estimated value over PS100 million which the supplier has covered. The supplier will need to include the value of the schemes, the developer/Employer, and the services provided. The Council will also require suppliers confirm their product meets its requirements."
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-04-03T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "https://wcc.ukp.app.jaggaer.com/go/24070632019D4878189E",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-04-29T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-20T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-05T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "030213-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/030213-2026",
                "datePublished": "2026-04-01T10:58:46+01:00",
                "format": "text/html"
            },
            {
                "id": "030364-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/030364-2026",
                "datePublished": "2026-04-01T13:22:54+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Payment within 30 days"
        }
    },
    "language": "en"
}