← Back to opportunities

291 Harrow Road Pre-Construction Services, Enabling and Main Works

Westminster City Council

Buyer Contact Info

Buyer Name: Westminster City Council

Buyer Address: 64 Victoria Street, London, UKI32, SW1E 6QP, United Kingdom

Contact Email: procurementteammailbox@westminster.gov.uk

Status
active
Procedure
selective
Value
80000000.0 GBP
Gross: 80000000 GBP
Published
10 Sep 2025, 15:43
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
works
CPV
45211100 - Construction work for houses
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

Westminster City Council Authority is seeking to procure a Main Contractor for the 291 Harrow Road development. The Project will deliver 144 new homes in the centre of London. A total of 48 will be affordable homes, 24 will be Adult Social Care units at social rent and 72 homes will be available for private sale. The Project will comprise three buildings at 15, 10 and five storeys in height and will aim for an ambitious carbon reduction through a passive design, a fabric first approach and the use of air source heat pumps and solar panels to maximise the use of renewable energy. The Authority’s aim is for the Project to achieve a 70% sitewide reduction over the baseline for the proposed development, far exceeding Greater London Authority’s target of 35%.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/055564-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 80,000,000

Lot 1 Value (Gross): GBP 80,000,000

Lot 1 Contract Start: 2026-03-02T00:00:00+00:00

Lot 1 Contract End: 2030-07-12T23:59:59+01:00

Lot 1 Award Criterion (quality): Construction Methodology (9%)

Lot 1 Award Criterion (quality): Programme management and BSA process (6%)

Lot 1 Award Criterion (quality): Risk management (4%)

Lot 1 Award Criterion (quality): Supply chain (6%)

Lot 1 Award Criterion (quality): Cost Certainty (6%)

Lot 1 Award Criterion (quality): Cost Plan (2.5%)

Lot 1 Award Criterion (quality): Contractor’s team resourcing (5%)

Lot 1 Award Criterion (quality): Design team resourcing (5%)

Lot 1 Award Criterion (quality): Design management (7%)

Lot 1 Award Criterion (quality): Quality and defect management, handover and aftercare (7%)

Lot 1 Award Criterion (quality): Environmental sustainability (2.5%)

Lot 1 Award Criterion (quality): Responsible Procurement (10%)

Lot 1 Award Criterion (cost): PCSA Services fee (6%)

Lot 1 Award Criterion (cost): Enabling works fixed cost (4%)

Lot 1 Award Criterion (cost): Enabling works preliminaries (3%)

Lot 1 Award Criterion (cost): Stage 4 design costs (4%)

Lot 1 Award Criterion (cost): Main construction stage preliminaries (4.5%)

Lot 1 Award Criterion (cost): Overhead and profit margin (4.5%)

Lot 1 Award Criterion (cost): Construction risk rate (4%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PJVD-6261-BPPJ",
    "name": "Westminster City Council"
  },
  "date": "2025-09-10T16:43:04+01:00",
  "id": "055564-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-0516f3",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "SW1E 6QP",
        "region": "UKI32",
        "streetAddress": "64 Victoria Street"
      },
      "contactPoint": {
        "email": "procurementteammailbox@westminster.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.westminster.gov.uk/"
      },
      "id": "GB-PPON-PJVD-6261-BPPJ",
      "identifier": {
        "id": "PJVD-6261-BPPJ",
        "scheme": "GB-PPON"
      },
      "name": "Westminster City Council",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-02-04T23:59:59+00:00"
    },
    "description": "Westminster City Council Authority is seeking to procure a Main Contractor for the 291 Harrow Road development. The Project will deliver 144 new homes in the centre of London. A total of 48 will be affordable homes, 24 will be Adult Social Care units at social rent and 72 homes will be available for private sale.\nThe Project will comprise three buildings at 15, 10 and five storeys in height and will aim for an ambitious carbon reduction through a passive design, a fabric first approach and the use of air source heat pumps and solar panels to maximise the use of renewable energy. The Authority\u2019s aim is for the Project to achieve a 70% sitewide reduction over the baseline for the proposed development, far exceeding Greater London Authority\u2019s target of 35%.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "accessDetails": "Further detailed designs will be shared with the shortlisted Suppliers. Draft contracts will be issued during the Participation Stage.",
        "documentType": "biddingDocuments",
        "id": "future"
      },
      {
        "datePublished": "2025-09-10T16:43:04+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "055564-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/055564-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-09-26T12:00:00+01:00"
    },
    "expressionOfInterestDeadline": "2025-10-07T12:00:00+01:00",
    "id": "PRJ_30629",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Construction work for houses",
            "id": "45211100",
            "scheme": "CPV"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Detailed approach for construction methodology.",
              "name": "Construction Methodology",
              "numbers": [
                {
                  "number": 9,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Methodology around programme management, alongside an initial programme for pre-construction services and works.",
              "name": "Programme management and BSA process",
              "numbers": [
                {
                  "number": 6,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How risks will be managed on the project with clear ownership of the risks and response actions.",
              "name": "Risk management",
              "numbers": [
                {
                  "number": 4,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How Suppliers will ensure that the right supply chain partners are selected for this project",
              "name": "Supply chain",
              "numbers": [
                {
                  "number": 6,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Methodology for ensuring cost certainty without compromising quality",
              "name": "Cost Certainty",
              "numbers": [
                {
                  "number": 6,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Commentary on the rates contained within the initial Cost Plan and where possible prices for items which are currently unpriced. Further, identified areas where value engineering could take place for consideration during the PCSA period.",
              "name": "Cost Plan",
              "numbers": [
                {
                  "number": 2.5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Information on the proposed team across the pre-construction and construction stages",
              "name": "Contractor\u2019s team resourcing",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Information on the proposed design team, demonstrating the experience and the added value the team bring to the scheme",
              "name": "Design team resourcing",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Effective design management, ensuring sustainability standards are met, considering the needs of specific customers, engaging with wider multidisciplinary team, ensuring seamless transition between pre-construction and construction stages, and consideration for BSA throughout",
              "name": "Design management",
              "numbers": [
                {
                  "number": 7,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Quality management, handover and aftercare approach.",
              "name": "Quality and defect management, handover and aftercare",
              "numbers": [
                {
                  "number": 7,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "As LETI standards already address core sustainability requirements, this additional question focuses on areas not fully covered. Suppliers will be expected to explain how they will deliver ecological net gain and biodiversity improvements, integrate urban greening measures, and enhance climate resilience. Responses will also be expected to outline commitments on site waste reduction, circular economy targets for reuse and adaptability, and measures to minimise pollution, including air quality, noise, and light.",
              "name": "Environmental sustainability",
              "numbers": [
                {
                  "number": 2.5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Social value - Beyond s106 requirements, will be evaluated using the Authority\u2019s Responsible Procurement Social Value Model, which aligns with local and resident priorities. Suppliers must propose their intended social value outcomes for both PCSA and construction stages, choosing from over 30 options that meets the minimum required points. Suppliers will also be required to explain in detail how these outcomes will be delivered, including partnerships with VCSEs, school engagement, initiatives to improve resident satisfaction, and strategies for creating lasting legacy impacts. \nModern slavery - a two-part modern slavery question: \nPart one will assess how Suppliers manage labour supply chain risks, using a scenario-based question to test practical responses beyond policy. \n\u2022\tPart two will focus on materials, asking Suppliers to identify high-risk items and explain how they trace sources, engage suppliers, and address issues. Strong evidence such as audits or ethical sourcing practices will be valued.  \nEquality, Diversity and Inclusion - Suppliers will be asked to demonstrate strong Equality, Diversity and Inclusion (EDI) practices, including diverse leadership, inclusive recruitment, and robust supply chain diversity. Key areas include Disability Confident status, increasing women\u2019s representation, and addressing pay gaps. Suppliers must set targets, report progress, and increase inclusion and engagement with underrepresented groups, SMEs, and VCSEs.",
              "name": "Responsible Procurement",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "PCSA Services fee",
              "numbers": [
                {
                  "number": 6,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            },
            {
              "name": "Enabling works fixed cost",
              "numbers": [
                {
                  "number": 4,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            },
            {
              "name": "Enabling works preliminaries",
              "numbers": [
                {
                  "number": 3,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            },
            {
              "name": "Stage 4 design costs",
              "numbers": [
                {
                  "number": 4,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            },
            {
              "name": "Main construction stage preliminaries",
              "numbers": [
                {
                  "number": 4.5,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            },
            {
              "name": "Overhead and profit margin",
              "numbers": [
                {
                  "number": 4.5,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            },
            {
              "name": "Construction risk rate",
              "numbers": [
                {
                  "number": 4,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2030-07-12T23:59:59+01:00",
          "startDate": "2026-03-02T00:00:00+00:00"
        },
        "id": "1",
        "secondStage": {
          "maximumCandidates": 4
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "- Suppliers must not be on the Debarment List\n- Suppliers must have no unmitigated conflicts of interest\n- Suppliers or their guarantors must demonstrate a mean average turnover of at least \u00a3250 million over the last two years\n- Suppliers or their guarantors must have a Current Ratio of at least 1.0 calculated from the most recent financial accounts\n- Suppliers must hold or be willing to hold Employer\u0027s Liability, Public Liability and Professional Indemnity Insurance of at least \u00a320 million\n- Suppliers must be willing to provide a parent company or performance bond to the value of 10% of the construction value\n- Suppliers must have had no modern slavery, health and safety or environmental incidents in the last three years or must demonstrate policies and processes put in place as a result of such incidents",
              "type": "economic"
            },
            {
              "description": "Technical ability: Three experience statements weighted 15% each (45%)\nTechnical ability: Building Safety Act approach weighted 15%\nTechnical ability: Design Development experience weighted 15%\nTechnical ability: Second stage cost certainty experience weighted 15%\nTechnical ability: Social value experience weighted 5%\nTechnical ability: Environmental sustainability examples weighted 5%",
              "type": "technical"
            },
            {
              "description": "Suppliers will be shortlisted based on the scores they achieve for their scored and weighted PSQ Response provided they submit a compliant PSQ response, pass all questions and are not otherwise disqualified or excluded. \nThe Authority intends to shortlist up to four Suppliers achieving the top scores, but reserves the right to shortlist less than four Suppliers where there is a clear distinction in scoring achieved between the leading Suppliers and the remaining Suppliers.",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "value": {
          "amount": 80000000,
          "amountGross": 80000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "works",
    "procedure": {
      "features": "Participation Stage \u2013 where Suppliers are required to submit a PSQ Response which the Authority \nTender Stage \u2013 where those Suppliers which are shortlisted following the conclusion of the Participation Stage will be invited to submit a Tender.\nNegotiations \u2013 The Authority reserves the right to conduct a Negotiation Stage during the Tender Stage. Any negotiations will be on both technical and price elements and will be undertaken with all Suppliers shortlisted to the Tender Stage who are not rejected during the Tender Stage."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "status": "active",
    "submissionMethodDetails": "https://wcc.ukp.app.jaggaer.com/go/473185040199342A10EA",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "291 Harrow Road Pre-Construction Services, Enabling and Main Works",
    "value": {
      "amount": 80000000,
      "amountGross": 80000000,
      "currency": "GBP"
    }
  }
}