Contract

Emergency Hotel Provision WCC Housing Needs

  • Westminster City Council

F20: Modification notice

Notice identifier: 2025/S 000-032299

Procurement identifier (OCID): ocds-h6vhtk-05488d

Published 13 June 2025, 2:13pm



Section one: Contracting authority/entity

one.1) Name and addresses

Westminster City Council

64 Victoria Street

London

SW1E 6QP

Email

schaudhry1@westminster.gov.uk

Country

United Kingdom

Region code

UKI32 - Westminster

Internet address(es)

Main address

https://www.westminster.gov.uk/about-council/procurement


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Emergency Hotel Provision WCC Housing Needs

Reference number

Con_30051

two.1.2) Main CPV code

  • 55100000 - Hotel services

two.1.3) Type of contract

Services

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
Main site or place of performance

Westminster

two.2.4) Description of the procurement at the time of conclusion of the contract:

Emergency accommodation provision to be utilised by outreach teams for rough sleepers.

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

1 April 2022

End date

31 March 2025

In the case of framework agreements, provide justification for any duration exceeding 4 years

N/A

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section five. Award of contract/concession

Contract No

Con_30051

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

1 April 2022

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

St Giles Hotel Ltd

Bedford Avenue

London

WC1B 3AS

Country

United Kingdom

NUTS code
  • UKI32 - Westminster
The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £3,801,714


Section six. Complementary information

six.3) Additional information

For the purposes of the values quoted in this notice: (i) the original value of the contract at award was £3,801,714; and (ii) following the modification referred to in section VII.2.1 below the total overall value of the contract is £4,199,714.

six.4) Procedures for review

six.4.1) Review body

Westminster City Council

Westminster City Hall, 64 Victoria Street

London

SW1E 6QP

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 55100000 - Hotel services

seven.1.3) Place of performance

NUTS code
  • UKI32 - Westminster
Main site or place of performance

Westminster

seven.1.4) Description of the procurement:

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.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

39

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£4,199,714

seven.1.7) Name and address of the contractor/concessionaire

St Giles Hotel Ltd

London

Country

United Kingdom

NUTS code
  • UKI32 - Westminster
Companies House

02954321

The contractor/concessionaire is an SME

Yes

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

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.

seven.2.2) Reasons for modification

Need for additional works, services or supplies by the original contractor/concessionaire.

Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:

WCC takes the view that the above-mentioned three-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 six-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 3 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 for a short period of 3 months, 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.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £3,801,714

Total contract value after the modifications

Value excluding VAT: £4,199,714