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

A Tender Notice
by WESTMINSTER CITY COUNCIL

Source
Find a Tender
Type
Contract (Works)
Duration
4.5 year
Value
£80M
Sector
CONSTRUCTION
Published
10 Sep 2025
Delivery
02 Mar 2026 to 12 Jul 2030
Deadline
n/a

Related Terms

Location

Geochart for 1 buyers and 0 suppliers

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%.

Award Criteria

Construction Methodology Detailed approach for construction methodology.
Programme management and BSA process Methodology around programme management, alongside an initial programme for pre-construction services and works.
Risk management How risks will be managed on the project with clear ownership of the risks and response actions.
Supply chain How Suppliers will ensure that the right supply chain partners are selected for this project
Cost Certainty Methodology for ensuring cost certainty without compromising quality
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 consideration during the PCSA period.
Contractor’s team resourcing Information on the proposed team across the pre-construction and construction stages
Design team resourcing Information on the proposed design team, demonstrating the experience and the added value the team bring to the scheme
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 pre-construction and construction stages, and consideration for BSA throughout
Quality and defect management, handover and aftercare Quality management, handover and aftercare approach.
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 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.
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 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. Modern slavery - a two-part modern slavery question: Part one will assess how Suppliers manage labour supply chain risks, using a scenario-based question to test practical responses beyond policy. • Part 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. Equality, 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’s representation, and addressing pay gaps. Suppliers must set targets, report progress, and increase inclusion and engagement with underrepresented groups, SMEs, and VCSEs.
PCSA Services fee _
Enabling works fixed cost _
Enabling works preliminaries _
Stage 4 design costs _
Main construction stage preliminaries _
Overhead and profit margin _
Construction risk rate _

CPV Codes

  • 45211100 - Construction work for houses

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. **

Reference

  • ocds-h6vhtk-0516f3
  • FTS 055564-2025

Domains