Award

Architect Appointment - CoLP Tactical Firearms Training Facility

THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON

This public procurement record has 3 releases in its history.

Award

03 Sep 2025 at 10:56

Award

01 Jul 2025 at 15:22

Tender

14 Apr 2025 at 11:53

Summary of the contracting process

The procurement process, led by The Mayor and Commonalty and Citizens of the City of London, involves an architect appointment for the CoLP Tactical Firearms Training Facility located at Dagenham Dock. This project has progressed through various stages, concluding with the contract award to Blue Sky Design Services Limited, with the procurement being carried out under an open procedure. Key dates include the contract start on 18 July 2025, extending until 20 October 2028. The focus of this procurement falls within the construction consultancy services industry category, aiming to deliver a combination of traditional and modular design solutions for effective facility development.

This opportunity represents a significant avenue for businesses specializing in construction consultancy services, particularly those with proficiency in designing firing ranges or similar facilities. Small to medium enterprises (SMEs) and those capable of adhering to strict security clearance requirements are particularly well-placed to benefit. The contract provides the possibility for design involvement through RIBA stages, with clear contract value expectations and a focus on sustainability, social value, and compliance. Firms could leverage this chance to advance their market presence by demonstrating expertise in high-security, technically complex construction projects.

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

Architect Appointment - CoLP Tactical Firearms Training Facility

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 Architect services which inlude the below core services: A. Act as an Architect and Lead Designer for the project during RIBA Stage 1-4. Acting as the client monitoring agent post RIBA stage 4 to completion. B. Develop the full traditional design and specification to RIBA Stages 1-3; Procurement Strategy of Stage 1 of Two Stage Procurement, Tender Documentation of Stage 1 and Tender Action; and Procurement Strategy of Stage 2 of Two Stage Procurement, Documentation Review of Stage 2 and Tender Action. Ensure designs are compliant with: all relevant building and safety regulations including building and fire regulation. D. Advise on any exclusions and fees for any additional deliverables E. If necessary draft applications and engage in negotiations for building permissions and all approvals as necessary (e.g. Planning, Building Control, Network Rail, Party Wall awards, Access licences, etc.) F. So far as is reasonably practicable, take account of any proposals for legislation published by government or the European Union or legislation which is enacted but not yet brought into force, insofar as it is likely to affect the architectural design of the Development or the cost in use of the Development. G. Consult with the CoLC as to whether and if so, how such prospective legislative change should be taken into account in the architectural design of the Development. Individuals working on this project must have received their Non-Police Personal Vetting level 3 and Security Clearance.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050271
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/053495-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71530000 - Construction consultancy services

Notice Value(s)

Tender Value
£374,923 £100K-£500K
Lots Value
£374,923 £100K-£500K
Awards Value
£374,900 £100K-£500K
Contracts Value
£374,900 £100K-£500K

Notice Dates

Publication Date
3 Sep 20255 months ago
Submission Deadline
9 May 2025Expired
Future Notice Date
Not specified
Award Date
30 Jun 20257 months ago
Contract Period
17 Jul 2025 - 20 Oct 2028 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active, Pending
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON
Contact Name
Jemma Borland
Contact Email
jemma.borland@cityoflondon.gov.uk
Contact Phone
Not specified

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

Supplier Information

Number of Suppliers
1
Supplier Name

BLUE SKY DESIGN SERVICES

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-h6vhtk-050271-2025-09-03T11:56:28+01:00",
    "date": "2025-09-03T11:56:28+01:00",
    "ocid": "ocds-h6vhtk-050271",
    "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",
                "name": "Jemma Borland"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.cityoflondon.gov.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-06235182",
            "name": "BLUE SKY DESIGN SERVICES LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "06235182"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PVHC-4661-PNJR"
                }
            ],
            "address": {
                "streetAddress": "Building 1000, Kings Reach, Yew Street",
                "locality": "Stockport",
                "postalCode": "SK4 2HD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD35"
            },
            "contactPoint": {
                "email": "info@blueskyarchitects.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            },
            "control": {
                "description": "Michael Dwan British November 1959 Person with significant control Building 1000, Kings Reach, Yew Street, Stockport, SK4 2HD, UK"
            }
        }
    ],
    "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-050271",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Architect Appointment - CoLP Tactical Firearms Training Facility",
        "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 Architect services which inlude the below core services: A. Act as an Architect and Lead Designer for the project during RIBA Stage 1-4. Acting as the client monitoring agent post RIBA stage 4 to completion. B. Develop the full traditional design and specification to RIBA Stages 1-3; Procurement Strategy of Stage 1 of Two Stage Procurement, Tender Documentation of Stage 1 and Tender Action; and Procurement Strategy of Stage 2 of Two Stage Procurement, Documentation Review of Stage 2 and Tender Action. Ensure designs are compliant with: all relevant building and safety regulations including building and fire regulation. D. Advise on any exclusions and fees for any additional deliverables E. If necessary draft applications and engage in negotiations for building permissions and all approvals as necessary (e.g. Planning, Building Control, Network Rail, Party Wall awards, Access licences, etc.) F. So far as is reasonably practicable, take account of any proposals for legislation published by government or the European Union or legislation which is enacted but not yet brought into force, insofar as it is likely to affect the architectural design of the Development or the cost in use of the Development. G. Consult with the CoLC as to whether and if so, how such prospective legislative change should be taken into account in the architectural design of the Development. Individuals working on this project must have received their Non-Police Personal Vetting level 3 and Security Clearance.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 449907.6,
            "amount": 374923,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "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 PS115,536.",
        "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": "complete",
                "value": {
                    "amountGross": 449907.6,
                    "amount": 374923,
                    "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": "014938-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/014938-2025",
                "datePublished": "2025-04-14T12:53:06+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",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Architect Services for CoLP Tactical Firearms Training Facility",
            "status": "pending",
            "date": "2025-07-01T00:00:00+01:00",
            "value": {
                "amountGross": 449880,
                "amount": 374900,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-06235182",
                    "name": "BLUE SKY DESIGN SERVICES LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "71530000",
                            "description": "Construction consultancy services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKI",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-07-10T23:59:59+01:00"
            },
            "contractPeriod": {
                "startDate": "2025-07-18T00:00:00+01:00",
                "endDate": "2028-10-20T23:59:59+01:00"
            },
            "relatedLots": [
                "1"
            ],
            "subcontracting": {
                "subcontracts": [
                    {
                        "id": "1",
                        "mainContractors": [
                            {
                                "id": "GB-COH-06235182",
                                "name": "BLUE SKY DESIGN SERVICES LIMITED"
                            }
                        ],
                        "description": "Michael Dwan British November 1959 Person with significant control Building 1000, Kings Reach, Yew Street, Stockport, SK4 2HD, UK"
                    }
                ]
            },
            "documents": [
                {
                    "id": "036528-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/036528-2025",
                    "datePublished": "2025-07-01T16:22:47+01:00",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-07-01T00:00:00+01:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-07-15T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "2",
            "status": "active",
            "mainProcurementCategory": "services",
            "suppliers": [
                {
                    "id": "GB-COH-06235182",
                    "name": "BLUE SKY DESIGN SERVICES LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "71530000",
                            "description": "Construction consultancy services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKI",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "2",
            "awardID": "2",
            "title": "Architect Services for CoLP Tactical Firearms Training Facility",
            "status": "active",
            "period": {
                "startDate": "2025-07-18T00:00:00+01:00",
                "endDate": "2028-10-20T23:59:59+01:00"
            },
            "value": {
                "amountGross": 449880,
                "amount": 374900,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2025-07-15T00:00:00+01:00",
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "KPI 1 - Programme delivery",
                    "description": "Percent of design stage deliverables submitted and approved by the agreed milestone dates. Target: At least 95 percent on time.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                },
                {
                    "id": "2",
                    "title": "KPI 2 - Carbon reduction and sustainability",
                    "description": "Provide design stage embodied and operational carbon assessments and actions to reduce emissions; submit annual carbon report. Target: Publish the annual carbon report and implement at least one reduction measure per year.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                },
                {
                    "id": "3",
                    "title": "KPI 3 - Quality and compliance",
                    "description": "Percent of design submissions accepted first time for building regulations, fire safety, BIM Level 2, and BSRIA standards. Target: At least 95 percent first time acceptance.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 3
                            }
                        }
                    ]
                },
                {
                    "id": "4",
                    "title": "KPI 4 - Social value delivery",
                    "description": "Delivery of the social value commitments in the tender (eg volunteering hours, mentoring, placements, diversity activities) with quantified outputs. Target: Deliver 100 percent of the agreed outputs during the contract term.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 3
                            }
                        }
                    ]
                }
            ],
            "documents": [
                {
                    "id": "053495-2025",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/053495-2025",
                    "datePublished": "2025-09-03T11:56:28+01:00",
                    "format": "text/html"
                }
            ]
        }
    ]
}