Procurement

Westminster Housing Responsive Repairs and Major Works Contracts

  • Westminster City Council

Procurement identifier (OCID): ocds-h6vhtk-05178f

Description

Westminster City Council (the 'Council') has a statutory duty to deliver repair and maintenance services to its 21,000-strong housing stock, comprising approximately 43% leasehold properties, 57% tenanted homes and 145 High Rise Buildings (HRB) across the Borough. It is also worth noting that 41% of the Council's housing stock is located within a conservation area, whereas 17% of the buildings are listed properties.

Furthermore, the Council delivers major works and planned cyclical construction-based maintenance with the view of continuously improving the physical and social infrastructure of its housing stock.

Currently housing repairs, maintenance and works are delivered via eight (8) Term Partnering Contracts ('TPC') which were procured in 2017 and 2019 for a period of up to ten (10) years as follows:

• Responsive Repairs and Voids

• Major Works (2 separate contracts covering North and South of the Borough)

• Mechanical

• Electrical

• Domestic Heating

• Lifts

• Aids & Adaptations

The Council is intending to re-procure these contracts based on revised scopes as part of an overarching Strategic Alliance Agreement, based on the FAC-1 Framework Alliance Agreement which all appointed contractors will be required to sign up to along with the contract documents specific to each requirement.

Taking into account the differing expiry dates of the TPCs, the various Section 20 consultation requirements, as well as the indicative timelines associated with each retendering process, the Council determined that the re-procurements will be delivered in tranches.

The Council issued a Preliminary Market Engagement (PME) Notice related to this procurement (Ref 2025/S 000-061916) on 2nd October 2025 (https://www.find-tender.service.gov.uk/Notice/061916-2025) supplemental to PME Notice with reference 2025/S000-022847 dated Monday 19th May 2025 (https://www.find-tender.service.gov.uk/Notice/022847-2025) for the purpose of inviting interested market suppliers to engage in detailed consultation around the proposed procurement model and the new contract opportunities for responsive repairs and voids and major works.

For information, and in addition to the existing TPCs referenced above, the Council will also be procuring the following requirements through separately regulated processes:

Establishment of a Planned Preventative Works Framework

Specialist repair and maintenance contracts, including but not limited to minor works, roofing, damp and mould, plumbing and drainage

Various Health & Safety Compliance contracts, and

Establishment of a Professional Services Framework

This tender notice provides details of the procurement for the Responsive Repairs & Voids contract and the Major Works contracts, which form part of the first tranche. The procurement is a lotted Procurement with Responsive Repairs & Voids constituting Lot 1 and Major Works constituting Lot 2.

The procurement is to be conducted as a Competitive Flexible Procedure (CFP) and the structure will follow the same approach for both lots: a. Combined Conditions of Participation (COP) and Invitation to Submit Initial Tenders (ISIT) stage, b. Shortlisted Tenderers will be invited to participate in Technical and Commercial Dialogue, c. all Tenderers who participated in the Dialogue stage will be issued with an Invitation to Submit Final Tenders (ISFT), d. final tenders will be assessed and a most advantageous tenderer identified in line with section 19 of the Procurement Act 2023. However, the Council does not wish the same supplier to be awarded both lots and therefore has set bidding restrictions as outlined further in this notice.

The Client reserves the right, at its sole discretion, to update, modify or issue supplementary documentation at any time during the procurement process to clarify any issue or amend any aspect of the associated tender documents by notification to the Tenderers in writing. The Council may, in its absolute discretion, exercise the option to extend any deadline in the event that subsequent documentation is issued or for any other reason.

Notices

UK4: Tender notice

Notice identifier
2026/S 000-028782
Published
27 March 2026, 7:02pm

UK2: Preliminary market engagement notice

Notice identifier
2025/S 000-061916
Published
2 October 2025, 5:02pm

UK2: Preliminary market engagement notice

Notice identifier
2025/S 000-022847
Published
19 May 2025, 4:42pm