Tender

Fleet Street Estate - Security Consultant

CITY OF LONDON CORPORATION

This public procurement record has 1 release in its history.

Tender

04 Apr 2019 at 16:40

Summary of the contracting process

The City of London Corporation is conducting a tender titled "Fleet Street Estate - Security Consultant" within the architectural, construction, engineering, and inspection services industry. This procurement is currently in the Tender phase, with the tender period ending on 12th April 2019. The project aims to establish a new Combined Court Facility and the City of London Police headquarters, alongside commercial office and retail space at the Fleet Street site. The estimated contract value ranges from £800,000 to £1.2 million, commencing on 13th May 2019 and continuing until at least 11th May 2029.

This tender presents significant opportunities for businesses specialising in security consultancy services, particularly those with expertise in physical and operational security design. Companies well-suited to compete include small and medium-sized enterprises (SMEs) that can provide sophisticated security solutions, including blast protection, hostile vehicle mitigation, and data security systems. The extensive scope of services, spanning several years, allows competitive firms to showcase their capabilities while engaging in a high-profile project that contributes to public safety in a prominent London location.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Fleet Street Estate - Security Consultant

Notice Description

The project will seek to provide a state of the art New Combined Court Facility and City of London Police headquarters. The design will also include a commercial component providing office accommodation and retail space at street level. This is the Fleet Street Estate. The Contracting Authority invites candidates to complete and submit an ITT for the provision of Security Consultant, which shall include the following scope: The scope of services will comprise the design (and the informing of architectural and engineering designs by respective members of the design team) of all physical and operational security requirements including, but not limited to the following systems and components; 1. Blast protection (including the specification of any blast trials for structures/facades) 2. Hostile vehicle mitigation (including design inputs for HVM provided by architectural features) 3. Pedestrian threats 4. Securing public and staff entrances 5. Security of utilities 6. Data security 7. Screening systems (mail and person screening) 8. Chemical and biological threat protection (including advice on detection and control strategy of environmental engineering systems). 9. Firing range and firearms facilities 10. Prisoner exchange and custody 11. Development BASM systems and tools The initial appointment will be for concept design, RIBA Stage 2, to support the business case for the Fleet Street Estate with provision to instruct further RIBA design stages. The estimated duration of the entire programme to completion of RIBA Stage 6 is 7 years. Subject to the right of the Contracting Authority (at its sole discretion) to exercise its right to vary the contract, the maximum length of the contract shall be that which is required to deliver the programme to completion of RIBA Stage 6 plus relevant services to support the Soft Landings in Stage 7. Candidates will therefore be invited to tender for services up to and completion of RIBA stage 6 and the co-ordination of review of the developed design under Soft Landings (duration 36 months). The estimated value of the contract for the above services is between PS800,000 to PS1.2M. Additional information: This tendering exercise is being undertaken using the electronic tendering system 'CapitaleSourcing' (url:www.capitalesourcing.com). Suppliers will need to register on the system in order to participate and registration is free. Candidates must complete, upload and submit their ITT response using the capitalEsourcing portal. Please note that this is a re-tender of earlier OJEU Reference: 2018-041659.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-f19f595e-8ded-45f6-b918-be1ab86e1646
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/5e5b2d6f-f6f9-4128-94d1-481db159ad38
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71000000 - Architectural, construction, engineering and inspection services

Notice Value(s)

Tender Value
£1,200,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Apr 20197 years ago
Submission Deadline
12 Apr 2019Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
12 May 2019 - 11 May 2029 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CITY OF LONDON CORPORATION
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
EC2P 2EJ
Post Town
Central London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI43 Haringey and Islington
Delivery Location
TLI London

Local Authority
Islington
Electoral Ward
Clerkenwell
Westminster Constituency
Islington South and Finsbury

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-f19f595e-8ded-45f6-b918-be1ab86e1646-2019-04-04T17:40:18+01:00",
    "date": "2019-04-04T17:40:18+01:00",
    "ocid": "ocds-b5fd17-f19f595e-8ded-45f6-b918-be1ab86e1646",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_177522/753162",
        "title": "Fleet Street Estate - Security Consultant",
        "description": "The project will seek to provide a state of the art New Combined Court Facility and City of London Police headquarters. The design will also include a commercial component providing office accommodation and retail space at street level. This is the Fleet Street Estate. The Contracting Authority invites candidates to complete and submit an ITT for the provision of Security Consultant, which shall include the following scope: The scope of services will comprise the design (and the informing of architectural and engineering designs by respective members of the design team) of all physical and operational security requirements including, but not limited to the following systems and components; 1. Blast protection (including the specification of any blast trials for structures/facades) 2. Hostile vehicle mitigation (including design inputs for HVM provided by architectural features) 3. Pedestrian threats 4. Securing public and staff entrances 5. Security of utilities 6. Data security 7. Screening systems (mail and person screening) 8. Chemical and biological threat protection (including advice on detection and control strategy of environmental engineering systems). 9. Firing range and firearms facilities 10. Prisoner exchange and custody 11. Development BASM systems and tools The initial appointment will be for concept design, RIBA Stage 2, to support the business case for the Fleet Street Estate with provision to instruct further RIBA design stages. The estimated duration of the entire programme to completion of RIBA Stage 6 is 7 years. Subject to the right of the Contracting Authority (at its sole discretion) to exercise its right to vary the contract, the maximum length of the contract shall be that which is required to deliver the programme to completion of RIBA Stage 6 plus relevant services to support the Soft Landings in Stage 7. Candidates will therefore be invited to tender for services up to and completion of RIBA stage 6 and the co-ordination of review of the developed design under Soft Landings (duration 36 months). The estimated value of the contract for the above services is between PS800,000 to PS1.2M. Additional information: This tendering exercise is being undertaken using the electronic tendering system 'CapitaleSourcing' (url:www.capitalesourcing.com). Suppliers will need to register on the system in order to participate and registration is free. Candidates must complete, upload and submit their ITT response using the capitalEsourcing portal. Please note that this is a re-tender of earlier OJEU Reference: 2018-041659.",
        "datePublished": "2019-04-04T17:40:18+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71000000",
            "description": "Architectural, construction, engineering and inspection services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "EC2P 2EJ"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 800000,
            "currency": "GBP"
        },
        "value": {
            "amount": 1200000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2019-04-12T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2019-05-13T00:00:00+01:00",
            "endDate": "2029-05-11T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/5e5b2d6f-f6f9-4128-94d1-481db159ad38",
                "datePublished": "2019-04-04T17:40:18+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Fleet Street Estate - Security Consultant",
                "url": "http://www.capitalesourcing.com"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-93244",
            "name": "City of London Corporation",
            "identifier": {
                "legalName": "City of London Corporation"
            },
            "address": {
                "streetAddress": "City of London, Guidhall",
                "locality": "London",
                "postalCode": "EC2P 2EJ",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "sohail.khan@cityoflondon.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-93244",
        "name": "City of London Corporation"
    }
}