Tender

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

  • Westminster City Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-055564

Procurement identifier (OCID): ocds-h6vhtk-0516f3 (view related notices)

Published 10 September 2025, 4:43pm



Scope

Reference

PRJ_30629

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%.

Total value (estimated)

  • £80,000,000 excluding VAT
  • £80,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 2 March 2026 to 12 July 2030
  • 4 years, 4 months, 11 days

Main procurement category

Works

CPV classifications

  • 45211100 - Construction work for houses

Participation

Legal and financial capacity conditions of participation

- Suppliers must not be on the Debarment List

- Suppliers must have no unmitigated conflicts of interest

- Suppliers or their guarantors must demonstrate a mean average turnover of at least £250 million over the last two years

- Suppliers or their guarantors must have a Current Ratio of at least 1.0 calculated from the most recent financial accounts

- Suppliers must hold or be willing to hold Employer's Liability, Public Liability and Professional Indemnity Insurance of at least £20 million

- Suppliers must be willing to provide a parent company or performance bond to the value of 10% of the construction value

- 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

Technical ability conditions of participation

Technical ability: Three experience statements weighted 15% each (45%)

Technical ability: Building Safety Act approach weighted 15%

Technical ability: Design Development experience weighted 15%

Technical ability: Second stage cost certainty experience weighted 15%

Technical ability: Social value experience weighted 5%

Technical ability: Environmental sustainability examples weighted 5%


Submission

Enquiry deadline

26 September 2025, 12:00pm

Submission type

Requests to participate

Deadline for requests to participate

7 October 2025, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

Maximum 4 suppliers

Selection criteria:

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.

The 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.

Award decision date (estimated)

4 February 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Responsible Procurement

Social value - Beyond s106 requirements, will be evaluated using the Authority's Responsible Procurement Social Value Model, which aligns with local and resident priorities. Suppliers must propose...

Quality 10%
Construction Methodology

Detailed approach for construction methodology.

Quality 9%
Design management

Effective design management, ensuring sustainability standards are met, considering the needs of specific customers, engaging with wider multidisciplinary team, ensuring seamless transition between...

Quality 7%
Quality and defect management, handover and aftercare

Quality management, handover and aftercare approach.

Quality 7%
Programme management and BSA process

Methodology around programme management, alongside an initial programme for pre-construction services and works.

Quality 6%
Supply chain

How Suppliers will ensure that the right supply chain partners are selected for this project

Quality 6%
Cost Certainty

Methodology for ensuring cost certainty without compromising quality

Quality 6%
PCSA Services fee Cost 6%
Contractor's team resourcing

Information on the proposed team across the pre-construction and construction stages

Quality 5%
Design team resourcing

Information on the proposed design team, demonstrating the experience and the added value the team bring to the scheme

Quality 5%
Main construction stage preliminaries Cost 4.5%
Overhead and profit margin Cost 4.5%
Risk management

How risks will be managed on the project with clear ownership of the risks and response actions.

Quality 4%
Enabling works fixed cost Cost 4%
Stage 4 design costs Cost 4%
Construction risk rate Cost 4%
Enabling works preliminaries Cost 3%
Cost Plan

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...

Quality 2.5%
Environmental sustainability

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...

Quality 2.5%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Participation Stage - where Suppliers are required to submit a PSQ Response which the Authority

Tender Stage - where those Suppliers which are shortlisted following the conclusion of the Participation Stage will be invited to submit a Tender.

Negotiations - 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.


Documents

Documents to be provided after the tender notice

Further detailed designs will be shared with the shortlisted Suppliers. Draft contracts will be issued during the Participation Stage.


Contracting authority

Westminster City Council

  • Public Procurement Organisation Number: PJVD-6261-BPPJ

64 Victoria Street

London

SW1E 6QP

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - sub-central government