Tender

CoLP Tactical Firearms Training Facility - Structural and Civil Engineer Appointment

THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON

This public procurement record has 1 release in its history.

Tender

14 Apr 2025 at 11:50

Summary of the contracting process

The Mayor and Commonalty and Citizens of the City of London, in collaboration with the City of London Police (CoLP), are undertaking a tender process for the appointment of a Structural and Civil Engineer for a Tactical Firearms Training Facility (TFTF). The project is to be executed at a site owned by CoLC at Dagenham Dock. This procurement falls under the "Construction Consultancy Services" industry category and follows an open procedure. Key dates include a tender submission deadline on 9th May 2025, and the contract award is expected by 19th June 2025. The contract period is from 23rd June 2025 until 31st March 2026, with the total value estimated at £403,579.20. The tender process includes several technical and security requirements, and all potential suppliers must be registered on the City of London Corporation Sourcing & Contracts Portal to participate.

This tender presents significant opportunities for businesses specializing in structural and civil engineering, particularly those with experience in designing training facilities or firing ranges. Companies with expertise in environmental sustainability, project management, and multi-disciplinary collaboration will find this contract particularly relevant. The requirement for security clearance (NPPV Level 3 and Security Clearance) indicates opportunities for firms already familiar with sensitive governmental projects. This tender not only offers substantial financial value but also the prestige of working for a leading municipal authority, fostering business growth and furthering reputational enhancement in the public sector construction consultancy domain.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

CoLP Tactical Firearms Training Facility - Structural and Civil Engineer Appointment

Notice Description

The CoLC, in collaboration with CoLC of London Police (CoLP) are undertaking a project to build a Tactical Firearm Training Facility (TFTF). A suitable site owned by CoLC at Dagenham Dock has been identified. A feasibility study was undertaken to determine the viability of the site, to evaluate cost and programme differences as well as assessing the pros and cons of either a full traditional build approach or full modular scheme to provide the new TFTF. In conclusion , it was determined that a combination of both traditional and modular design solutions is to be considered as the favoured approach to provide the most efficient and operationally effective solution. The design scheme produced during the feasibility study is to progress from RIBA stages 1 to 3, however elements of this design are incomplete and there is a requirement for the appointed design team to review the existing information/design and provide appropriate advice/expertise as to what extent the current packages are progressed further to provide a complete RIBA stage 1 and review then progress RIBA stage 2 and 3 design before commencing the RIBA stage 4. This appointment is for Structural and Civil Engineer services which inlude the below core services: A. Attend: CoLC of London Corporation / Client Meetings, Regular Design Team Meetings, Cost Meetings, Risk Register Meetings, Planning Meetings, if necessary and other meetings. B. Provide the structural and civil engineering design for the project (including builders work in connection with Mechanical, Electrical and Lift Engineering). C. Design the Works to meet the CoLC's desired objectives and outputs. D. Ensure environmental considerations are taken into account and sustainable solutions are evaluated at each stage of design. E. Liaise with the Project Manager & Multi-Disciplinary Team, contribute to and maintain the Programme for the design, procurement and construction of the Project. F. Liaise with the Project Manager & Multi-Disciplinary Team and contribute to regular/monthly quality, progress and cost reports. G. Liaise with the Project Manager & Multi-Disciplinary Team, arrange for the preparation and maintenance of cash flow forecasts and other statements monitoring expenditure on the Project. Individuals working on this project must have received their Non-Police Personal Vetting level 3 and Security Clearance. Please see full scope of services within tender documents.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05026e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014935-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71530000 - Construction consultancy services

Notice Value(s)

Tender Value
£336,316 £100K-£500K
Lots Value
£336,316 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Apr 202510 months ago
Submission Deadline
9 May 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
22 Jun 2025 - 31 Mar 2026 6-12 months
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
CITY OF 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

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-h6vhtk-05026e-2025-04-14T12:50:34+01:00",
    "date": "2025-04-14T12:50:34+01:00",
    "ocid": "ocds-h6vhtk-05026e",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PYQD-1693-MYXR",
            "name": "The Mayor and Commonalty and Citizens of the City of London",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYQD-1693-MYXR"
            },
            "address": {
                "streetAddress": "PO Box 270",
                "locality": "City of London",
                "postalCode": "EC2P 2EJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI43"
            },
            "contactPoint": {
                "email": "jemma.borland@cityoflondon.gov.uk",
                "telephone": "020 7606 3030"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.cityoflondon.gov.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PYQD-1693-MYXR",
        "name": "The Mayor and Commonalty and Citizens of the City of London"
    },
    "planning": {
        "noEngagementNoticeRationale": "Pre-market engagement was not conducted for this procurement due to the clearly defined nature of the requirement, which aligns with existing market capabilities and standards. The procurement is being undertaken using an above-threshold open procedure under the Procurement Act, with appropriate vetting requirements and experience-based conditions of participation included in the tender. Sufficient knowledge of the market was already available internally, based on previous procurements and sector-specific expertise, making it possible to develop robust and relevant documentation without the need for additional engagement. Given the urgency and resource considerations involved, it was deemed proportionate and efficient to proceed directly to tender."
    },
    "tender": {
        "id": "ocds-h6vhtk-05026e",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "CoLP Tactical Firearms Training Facility - Structural and Civil Engineer Appointment",
        "description": "The CoLC, in collaboration with CoLC of London Police (CoLP) are undertaking a project to build a Tactical Firearm Training Facility (TFTF). A suitable site owned by CoLC at Dagenham Dock has been identified. A feasibility study was undertaken to determine the viability of the site, to evaluate cost and programme differences as well as assessing the pros and cons of either a full traditional build approach or full modular scheme to provide the new TFTF. In conclusion , it was determined that a combination of both traditional and modular design solutions is to be considered as the favoured approach to provide the most efficient and operationally effective solution. The design scheme produced during the feasibility study is to progress from RIBA stages 1 to 3, however elements of this design are incomplete and there is a requirement for the appointed design team to review the existing information/design and provide appropriate advice/expertise as to what extent the current packages are progressed further to provide a complete RIBA stage 1 and review then progress RIBA stage 2 and 3 design before commencing the RIBA stage 4. This appointment is for Structural and Civil Engineer services which inlude the below core services: A. Attend: CoLC of London Corporation / Client Meetings, Regular Design Team Meetings, Cost Meetings, Risk Register Meetings, Planning Meetings, if necessary and other meetings. B. Provide the structural and civil engineering design for the project (including builders work in connection with Mechanical, Electrical and Lift Engineering). C. Design the Works to meet the CoLC's desired objectives and outputs. D. Ensure environmental considerations are taken into account and sustainable solutions are evaluated at each stage of design. E. Liaise with the Project Manager & Multi-Disciplinary Team, contribute to and maintain the Programme for the design, procurement and construction of the Project. F. Liaise with the Project Manager & Multi-Disciplinary Team and contribute to regular/monthly quality, progress and cost reports. G. Liaise with the Project Manager & Multi-Disciplinary Team, arrange for the preparation and maintenance of cash flow forecasts and other statements monitoring expenditure on the Project. Individuals working on this project must have received their Non-Police Personal Vetting level 3 and Security Clearance. Please see full scope of services within tender documents.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 403579.2,
            "amount": 336316,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "This tendering exercise is being undertaken using the electronic tendering system 'City of London Corporation Sourcing & Contracts Portal' (https://cityoflondon.ukp.app.jaggaer.com/). Suppliers will need to register an interest on the system in order to participate and registration is free. The estimated contract value given at sections 31 and 32 is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore PS103,582",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-05-09T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-05-02T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-06-19T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 403579.2,
                    "amount": 336316,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Q1 - Method Statement 1 -Team and Resources Q2 - Method Statement 2 -Interpretation of Brief Q3 - Method Statement 3 -Design Development Management Q4 - Interview See full questions within tender documents",
                            "numbers": [
                                {
                                    "number": 45,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Responsible Procurement",
                            "description": "Q1 - Climate Action Q2 (a) - Social Value Q2 (B) - Social Value See full questions within tender documents.",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Commercial",
                            "description": "Best (lowest) price receives the maximum score available in this section; the remaining bids receive a score pro rata to the best price using the following calculation: Lowest Net Price = maximum points Lowest Net Price --------------------- X maximum points available Bidders Net Price See pricing schedule within tender documents.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to tender documents."
                        },
                        {
                            "type": "technical",
                            "description": "1. Vetting This project requires all personnel involved to hold the appropriate security clearances due to the sensitive nature of the Tactical Firearms Training Facility.Please confirm and provide evidence that the individuals proposed to work on this project hold both of the following: * Non-Police Personnel Vetting (NPPV) Level 3 * Security Clearance (SC) Important: * All clearances must be in-date and valid for the duration of the contract. * Failure to provide full and sufficient evidence will result in an automatic Fail, and the supplier will be excluded from further evaluation. 2. Relevant Experience Have you delivered the design of a Firing Range, including Ancillary Buildings and a Training Tower / Skills House, or are you currently doing so? Important - Pass/Fail Requirement: To pass, suppliers must provide at least one relevant example of a completed project involving a Firing Range and associated facilities (Training Tower / Skills House), preferably delivered within the last 10 years. Failure to provide sufficient and relevant evidence will result in a Fail, and the supplier will be excluded from further evaluation All bidders must be compliant with UK Living Wage. Please see tender documents for other technical ability conditions of participation."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2025-06-23T00:00:00+01:00",
                    "endDate": "2026-03-31T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "014935-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/014935-2025",
                "datePublished": "2025-04-14T12:50:34+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "please refer to contract documents"
        },
        "riskDetails": "The requirements are to provide the contracted services to the end of the works project. The contract may require modification in the event of project overrun to ensure continuation of service and technical expertise is retained from the appointed design team (for example to provide additional goods, services or works)."
    },
    "language": "en"
}