Looking to bid on government tenders? See our TaaS tender preparation service
Tenders

Westminster Housing Responsive Repairs and Major Works Contracts

Open
Deadline
20 days left
June 01, 2026
Contract Details
Category
Open Procedure
Reference
042997-2026
Value
£895,000,000
Location
London, United Kingdom
Published
May 04, 2026
CPV Code
Project Timeline

Tender Published

May 11, 2026

Deadline for Questions

May 25, 2026

Submission Deadline

June 01, 2026

Contract Start Date

August 30, 2027

Budget
£895,000,000
Duration
60 months
Location
London
Type
Open Procedure

Original Tender 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.

Risk Analysis

Risk analysis is not yet available for this country's tenders. Currently supported: Estonia, Latvia, Lithuania, Poland, France, UK, Denmark, Netherlands, Norway, and Finland.

Win Strategy

Get an AI-powered winning strategy tailored to this tender. Includes win probability score, key opportunities and challenges, recommended bid focus areas, competitive positioning insights, and actionable recommendations to maximize your chances.

Login

Competitors

Upgrade to see which companies are likely to bid on this tender, based on historical procurement data.

Login

Requirements & Qualifications

AI extracts and organizes all requirements from tender documents — mandatory qualifications, technical specifications, financial conditions, and submission rules — clearly categorized so you know exactly what's needed to bid.

Login

Basic Requirements

  • Company registration in EU required
  • Proven track record in similar projects
  • Financial stability documentation

Documents

3 documents available with AI summaries

OCDS RecordDOC
042997-2026_ocds_record.json

No summary available for this document.

OCDS Release PackageDOC
042997-2026_ocds_release.json

No summary available for this document.

Official PDF VersionPDF
042997-2026_official.pdf

No summary available for this document.

Documents Preview

Sign up to view document summaries and analysis

Quality Score

Comprehensive quality analysis of this tender scoring legal compliance, clarity, completeness, fairness, practicality, data consistency, and sustainability on a 0-100 scale with detailed breakdown and recommendations.

Login

Add to Pipeline