Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Westminster City Council
64 Victoria Street
London
SW1E 6QP
UK
E-mail: kmarsh1@westminster.gov.uk
NUTS: UKI32
Internet address(es)
Main address: https://www.westminster.gov.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Westminster HealthWorks - Intention to Award
II.1.2) Main CPV code
85323000
II.1.3) Type of contract
Services
II.1.4) Short description
Westminster HealthWorks is a borough-wide, community-led public health initiative commissioned by Westminster City Council as part of the #2035 commitment to improve population health. The Service aims to reduce health inequalities by delivering culturally responsive, preventative health interventions that improve heart, lung, and mental health outcomes for adults aged 16 and over.
Delivered through a hub-and-spoke model, HealthWorks will be led by a Lead Provider (the hub) that subcontracts with a network of at least 7 voluntary and community sector (VCS) organisations (the spokes). These Subcontractors will co-design and deliver tailored interventions such as blood pressure monitoring, smoking cessation support, health coaching, and culturally competent counselling.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 470 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85100000
85140000
II.2.3) Place of performance
NUTS code:
UKI32
II.2.4) Description of the procurement
Westminster HealthWorks is a borough-wide, community-led public health initiative commissioned by Westminster City Council as part of the #2035 commitment to improve population health. The Service aims to reduce health inequalities by delivering culturally responsive, preventative health interventions that improve heart, lung, and mental health outcomes for adults aged 16 and over.
Delivered through a hub-and-spoke model, HealthWorks will be led by a Lead Provider (the hub) that subcontracts with a network of at least 7 voluntary and community sector (VCS) organisations (the spokes). These Subcontractors will co-design and deliver tailored interventions such as blood pressure monitoring, smoking cessation support, health coaching, and culturally competent counselling.
This notice sets out the intention to award a contract following a competitive procurement process under the Provider Selection Regime (PSR).
The approximate lifetime value of the contract is £1,470,000.
This is a new service, with a new provider.
The service is intended to be delivered from 1st July 2026 to 30th June 2029.
II.2.5) Award criteria
Quality criterion: The contract award criteria are specified in the procurement documents
/ Weighting: 0
Price
/ Weighting:
0
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-081916
Section V: Award of contract
Title: Westminster HealthWorks
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
12/03/2026
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
One Westminster
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 470 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 24/03/26. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.
Written representations should be sent to: procurementteammailbox@westminster.gov.uk
Award Decision Maker - Bi Borough Executive Director of Adult Social Care and Public Health
No Conflicts of interest were identified
The weighting approach reflected the Authority’s priorities for a preventative health and wellbeing service delivered through a complex partnership model.
Quality & Innovation 44%
Integration & Sustainability 12%
Access & Inequalities 16%
Social Value 8%
Value for money - 20%
Technical quality carried the greatest weighting because successful delivery relies on strong coordination of multiple subcontractors, robust community relationships, and the ability to deliver culturally responsive services at scale.
Commercial considerations were weighted lower because the contract value was fixed and capped, and therefore price variation was not expected to be a key differentiating factor.
Only one compliant bid was received—from ONE WESTMINSTER.
After full evaluation and moderation, the provider achieved:
Total Score: 77.60%
The Authority considers that:
- the procurement process was compliant with the PSR;
- the criteria and weightings used were fair, proportionate and aligned to the service requirements;
- ONE WESTMINSTER met or exceeded the required standard across all evaluated areas; and
- the proposed award represents a robust, deliverable and value‑for‑money solution.
VI.4) Procedures for review
VI.4.1) Review body
The High Court of Justice
London
UK
VI.5) Date of dispatch of this notice
12/03/2026