Award

Guildhall Mechanical CWP Design - 3 lots

THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON

This public procurement record has 4 releases in its history.

Award

28 Jan 2026 at 16:22

Tender

13 Aug 2025 at 15:51

PlanningUpdate

30 Apr 2025 at 15:02

Planning

30 Apr 2025 at 14:57

Summary of the contracting process

The public procurement process for the mechanical design services at the Guildhall has concluded its award stage, led by the procurement authority of The Mayor and Commonalty and Citizens of the City of London. This project involved three lots covering different sections of the Guildhall: North Wing, Yard East, and West Wing. These services fall under the industry category of mechanical engineering and take place in the City of London. The final assessments were re-issued due to an administrative issue, synchronizing with the release of the UK Contract Award Notice on 28 January 2026. With the use of an open procedure through the City of London Corporation Sourcing & Contracts Portal, the standstill period concluded on 6 February 2026, and contract execution is scheduled from 16 February 2026 to 30 May 2029.

This procurement offers diverse opportunities for businesses skilled in mechanical design and engineering, particularly those that can navigate the complexities of historic buildings. With the City of London setting a framework for systematic upgrades over the next few years, there is significant room for small and medium enterprises (SMEs) to engage with a prestigious project, meeting precise engineering and project management needs. The contract's open procurement procedures encourage competitive participation, while the division into lots allows for focused business expansion through tailored project management services, enhancing capability and reputation in government sector engineering contracts.

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

Guildhall Mechanical CWP Design - 3 lots

Notice Description

Please note the assessment summaries were initially sent out on 28/11/2025, however, due to an administrative error, they are being re-issued to bidders on 28/01/26 to ensure alignment with the publication of this UK6 Contract Award Notice. Therefore, the standstill period will commence 28/01/26. Tender for mechanical design consultants across 3 packages across the Guildhall, split by building: North Wing & 65 Basinghall/GJR; East Wing; West Wing. This will result in design and project management of the cyclical works projects across the Guildhall. 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 Lot 1 - PS200,000.00, Lot 2 - PS200,000.00 and Lot 3 - PS400,000.00). The Consultant for each lot is to provide professional services as defined in the respective applicable part of Section 3 Lot 1, 2 or 3 of this brief. The lots will be split according the following principles: a. Lot 1 - North Wing & 65 Basinghall Street: i. Generally the North Wing mechanical services are relatively modern, with plant maintained and upgraded since 2007 inter alia main AHUs upgraded in 2020, along with heating and BEMS upgrades between 2020 and 2024. ii. Perimeter heating systems still require some control refinement. FCUs across the North Wing are due for replacement. iii. Some design work has taken place to reduce cold spots. iv. Heating pipework has had some remedial work taking place due to leaks developing on galvanised steel pipework and fittings. v. Kitchen ventilation systems are due to be upgraded, which could realise energy savings and potentially rationalise the hydraulic arrangement with regards to air flows and interlocks. vi. Domestic Hot Water Systems are to be replaced following capacity assessment along with shower valves in the Lower Ground Floor. vii. The steam humidification system serving the main office was decommissioned some years ago. A design to reinstate a humidification system to the vent is to be provided, ideally retaining the existing AHU chassis, as these are not due for replacement. viii. Overall, the plant replacement strategy has been to upgrade BEMS and now due to follow with emitters and make improvements along the way. ix. Chillers and pumps have been replaced as part of a major works project, which is currently on-site. x. 65 Basinghall Street is also known as Guildhall Justice Rooms or GJR. xi. The old main CER room is located here and fed from the same chiller as the office area. xii. The chiller is to be decommissioned, a replacement service is to be designed and provided. The CER xiii. The FCUs serving GJR are noted as being difficult to service and have 3P valves which create a by-pass which adversely affects return temperatures back to Citigen. b. Lot 2 - Guildhall Yard East (GYE) i. There is currently a BEMS replacement project in pre-start phase with Sykes & Son on D&B contract. ii. The Private part of the building is demised to the City Of London Police. There is a major refurbishment planned for this part of the building, which is currently in the design phase. iii. Mechanical emitters are due for replacement across the Public side of the building. iv. Pumps serving both Public and Private areas have recently been replaced. v. AHUs serving the Public areas were upgraded in 2021 along with the BEMS that controls them. vi. The general replacement/upgrade strategy for systems excluding the AHUs, is to replace and upgrade the emitters following on from the BEMS works. c. Lot 3 - West Wing i. Mechanical systems are beyond end of working life and controlling the environment is extremely and increasingly challenging for FM to manage. ii. Systems need to be replaced and upgraded to achieve another 5 years of useful life, as a minimum. iii. The BEMS is entirely on the legacy Continuum system and needs replacing. iv. The chillers are life expired and currently due for replacement by connecting via PHX to North Wing under a separate project. v. The proposed strategy for mechanical replacement and upgrades, is to undertake rationalisation of systems to allow mechanical plant, emitters and controls to be replaced system-by-system. Works should look to improve, rationalise and upgrade performance and control where possible. vi. The West Wing is Grade II listed and classed as a High-Risk Building. The Consultant M&E Engineer shall fulfil the Lead Function including BRPD and PM. They have the duty and responsibility of co-ordinating and integrating the work of the other Consultants employed on the project to maintain the Programme on all items of works. The other respective appointed Consultants will be responsible for the duties as defined in draft scope of service documents created by the Lead Consultant on an emergent basis. All consultants should be mindful of the interdependencies between disciplines and ensuring a smooth interface between co-dependent third parties. The COL Supervising Officer or Senior Principal Mechanical Engineer will take overall responsibility for design management and decision making across services.

Lot Information

Lot 1 - Guildhall - Mechanical Design Consultant - North Wing

Lot 1 Tender for mechanical design consultants across 3 packages across the Guildhall, split by building: Lot 1 - North Wing; Lot 2 - Guildhall - Yard East; Lot 3 - Guildhall - West Wing. This will result in design and project management of the cyclical works projects across the Guildhall. Bidders are encouraged to bid for all three lots. Bidders should be aware, that due to the volume of work in a relatively short space of time, that the intention is to award no more than two lots to any single bidder. Should a single bidder score highest against two lots, they will need to provide a resourcing plan to show how they plan to adequately provide services against two lots. If the 'Sourcing Plan' is not accepted, the bidder in question will not be awarded that lot and will be awarded to the 2nd highest ranked bidder. The duration of the contract is 3 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 1 year. The maximum length of the contract is therefore 4 years.

Options: Variations - additional services required.

Renewal: Variations - additional services required.

Lot 2 - Guildhall - Yard East

Lot 2 Tender for mechanical design consultants across 3 packages across the Guildhall, split by building: Lot 1 - North Wing; Lot 2 - Guildhall - Yard East; Lot 3 - Guildhall - West Wing. This will result in design and project management of the cyclical works projects across the Guildhall. Bidders are encouraged to bid for all three lots. Bidders should be aware, that due to the volume of work in a relatively short space of time, that the intention is to award no more than two lots to any single bidder. Should a single bidder score highest against two lots, they will need to provide a resourcing plan to show how they plan to adequately provide services against two lots. If the 'Sourcing Plan' is not accepted, the bidder in question will not be awarded that lot and will be awarded to the 2nd highest ranked bidder. The duration of the contract is 3 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 1 year. The maximum length of the contract is therefore 4 years.

Options: Variations - additional services required.

Renewal: Variations - additional services required.

Lot 3 - Guildhall - West Wing

Lot 3 Tender for mechanical design consultants across 3 packages across the Guildhall, split by building: Lot 1 - North Wing; Lot 2 - Guildhall - Yard East; Lot 3 - Guildhall - West Wing. This will result in design and project management of the cyclical works projects across the Guildhall. Bidders are encouraged to bid for all three lots. Bidders should be aware, that due to the volume of work in a relatively short space of time, that the intention is to award no more than two lots to any single bidder. Should a single bidder score highest against two lots, they will need to provide a resourcing plan to show how they plan to adequately provide services against two lots. If the 'Sourcing Plan' is not accepted, the bidder in question will not be awarded that lot and will be awarded to the 2nd highest ranked bidder. The duration of the contract is 3 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 1 year. The maximum length of the contract is therefore 4 years.

Options: Variations - additional services required.

Renewal: Variations - additional services required.

Planning Information

This project will be for three lots, suppliers can apply for all three but will be limited to be appointed for only two lots. The tender process will be under the Procurement Act 2023 - Competitive Flexible procedure using the two stage tender process. If you are interested in particpating in the tender proces please request the Preliminer Market Engagement questionnire via email to me: E: hirdial.rai@cityoflondon.gov.uk

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050a8e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/007736-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Dynamic
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

71333000 - Mechanical engineering services

Notice Value(s)

Tender Value
£800,000 £500K-£1M
Lots Value
£800,000 £500K-£1M
Awards Value
£673,041 £500K-£1M
Contracts Value
Not specified

Notice Dates

Publication Date
28 Jan 20263 weeks ago
Submission Deadline
18 Sep 2025Expired
Future Notice Date
2 Jun 2025Expired
Award Date
28 Nov 20252 months ago
Contract Period
16 Feb 2026 - 30 May 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON
Contact Name
Hirdial Rai
Contact Email
hirdial.rai@cityoflondon.gov.uk
Contact Phone
020 7606 3030

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
2
Supplier Names

BEVERIDGE ASSOCIATES PARTNERSHIP

RYBKA

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-050a8e-2026-01-28T16:22:34Z",
    "date": "2026-01-28T16:22:34Z",
    "ocid": "ocds-h6vhtk-050a8e",
    "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": "hirdial.rai@cityoflondon.gov.uk",
                "telephone": "020 7606 3030",
                "name": "Hirdial Rai"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.cityoflondon.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PLPB-1193-BMHR",
            "name": "Beveridge Associates Partnership Ltd",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLPB-1193-BMHR"
            },
            "address": {
                "streetAddress": "Regency House, Station Rd",
                "locality": "Harold Wood",
                "postalCode": "RM3 0BS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI52"
            },
            "contactPoint": {
                "email": "accounts@beveridge-associates.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.beveridge-associates.co.uk",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-PPON-PCPR-8237-YNYD",
            "name": "Rybka Ltd",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PCPR-8237-YNYD"
            },
            "address": {
                "streetAddress": "40 Loman St",
                "locality": "London",
                "postalCode": "SE1 0EH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI44"
            },
            "contactPoint": {
                "email": "eamon.matthews@rybka.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PYQD-1693-MYXR",
        "name": "The Mayor and Commonalty and Citizens of the City of London"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "This project will be for three lots, suppliers can apply for all three but will be limited to be appointed for only two lots. The tender process will be under the Procurement Act 2023 - Competitive Flexible procedure using the two stage tender process. If you are interested in particpating in the tender proces please request the Preliminer Market Engagement questionnire via email to me: E: hirdial.rai@cityoflondon.gov.uk",
                "dueDate": "2025-05-26T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "018123-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/018123-2025",
                "datePublished": "2025-04-30T15:57:51+01:00",
                "format": "text/html"
            },
            {
                "id": "018131-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/018131-2025",
                "datePublished": "2025-04-30T16:02:06+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-050a8e",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Guildhall Mechanical CWP Design - 3 lots",
        "description": "Please note the assessment summaries were initially sent out on 28/11/2025, however, due to an administrative error, they are being re-issued to bidders on 28/01/26 to ensure alignment with the publication of this UK6 Contract Award Notice. Therefore, the standstill period will commence 28/01/26. Tender for mechanical design consultants across 3 packages across the Guildhall, split by building: North Wing & 65 Basinghall/GJR; East Wing; West Wing. This will result in design and project management of the cyclical works projects across the Guildhall. 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 Lot 1 - PS200,000.00, Lot 2 - PS200,000.00 and Lot 3 - PS400,000.00). The Consultant for each lot is to provide professional services as defined in the respective applicable part of Section 3 Lot 1, 2 or 3 of this brief. The lots will be split according the following principles: a. Lot 1 - North Wing & 65 Basinghall Street: i. Generally the North Wing mechanical services are relatively modern, with plant maintained and upgraded since 2007 inter alia main AHUs upgraded in 2020, along with heating and BEMS upgrades between 2020 and 2024. ii. Perimeter heating systems still require some control refinement. FCUs across the North Wing are due for replacement. iii. Some design work has taken place to reduce cold spots. iv. Heating pipework has had some remedial work taking place due to leaks developing on galvanised steel pipework and fittings. v. Kitchen ventilation systems are due to be upgraded, which could realise energy savings and potentially rationalise the hydraulic arrangement with regards to air flows and interlocks. vi. Domestic Hot Water Systems are to be replaced following capacity assessment along with shower valves in the Lower Ground Floor. vii. The steam humidification system serving the main office was decommissioned some years ago. A design to reinstate a humidification system to the vent is to be provided, ideally retaining the existing AHU chassis, as these are not due for replacement. viii. Overall, the plant replacement strategy has been to upgrade BEMS and now due to follow with emitters and make improvements along the way. ix. Chillers and pumps have been replaced as part of a major works project, which is currently on-site. x. 65 Basinghall Street is also known as Guildhall Justice Rooms or GJR. xi. The old main CER room is located here and fed from the same chiller as the office area. xii. The chiller is to be decommissioned, a replacement service is to be designed and provided. The CER xiii. The FCUs serving GJR are noted as being difficult to service and have 3P valves which create a by-pass which adversely affects return temperatures back to Citigen. b. Lot 2 - Guildhall Yard East (GYE) i. There is currently a BEMS replacement project in pre-start phase with Sykes & Son on D&B contract. ii. The Private part of the building is demised to the City Of London Police. There is a major refurbishment planned for this part of the building, which is currently in the design phase. iii. Mechanical emitters are due for replacement across the Public side of the building. iv. Pumps serving both Public and Private areas have recently been replaced. v. AHUs serving the Public areas were upgraded in 2021 along with the BEMS that controls them. vi. The general replacement/upgrade strategy for systems excluding the AHUs, is to replace and upgrade the emitters following on from the BEMS works. c. Lot 3 - West Wing i. Mechanical systems are beyond end of working life and controlling the environment is extremely and increasingly challenging for FM to manage. ii. Systems need to be replaced and upgraded to achieve another 5 years of useful life, as a minimum. iii. The BEMS is entirely on the legacy Continuum system and needs replacing. iv. The chillers are life expired and currently due for replacement by connecting via PHX to North Wing under a separate project. v. The proposed strategy for mechanical replacement and upgrades, is to undertake rationalisation of systems to allow mechanical plant, emitters and controls to be replaced system-by-system. Works should look to improve, rationalise and upgrade performance and control where possible. vi. The West Wing is Grade II listed and classed as a High-Risk Building. The Consultant M&E Engineer shall fulfil the Lead Function including BRPD and PM. They have the duty and responsibility of co-ordinating and integrating the work of the other Consultants employed on the project to maintain the Programme on all items of works. The other respective appointed Consultants will be responsible for the duties as defined in draft scope of service documents created by the Lead Consultant on an emergent basis. All consultants should be mindful of the interdependencies between disciplines and ensuring a smooth interface between co-dependent third parties. The COL Supervising Officer or Senior Principal Mechanical Engineer will take overall responsibility for design management and decision making across services.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71333000",
                        "description": "Mechanical engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71333000",
                        "description": "Mechanical engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71333000",
                        "description": "Mechanical engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amountGross": 960000,
            "amount": 800000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "techniques": {
            "hasDynamicPurchasingSystem": true
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-03T00:00:00+00:00",
                    "endDate": "2028-10-31T23:59:59+00:00",
                    "maxExtentDate": "2029-10-12T23:59:59+01:00"
                },
                "status": "complete",
                "title": "Lot 1 - Guildhall - Mechanical Design Consultant - North Wing",
                "description": "Lot 1 Tender for mechanical design consultants across 3 packages across the Guildhall, split by building: Lot 1 - North Wing; Lot 2 - Guildhall - Yard East; Lot 3 - Guildhall - West Wing. This will result in design and project management of the cyclical works projects across the Guildhall. Bidders are encouraged to bid for all three lots. Bidders should be aware, that due to the volume of work in a relatively short space of time, that the intention is to award no more than two lots to any single bidder. Should a single bidder score highest against two lots, they will need to provide a resourcing plan to show how they plan to adequately provide services against two lots. If the 'Sourcing Plan' is not accepted, the bidder in question will not be awarded that lot and will be awarded to the 2nd highest ranked bidder. The duration of the contract is 3 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 1 year. The maximum length of the contract is therefore 4 years.",
                "value": {
                    "amountGross": 240000,
                    "amount": 200000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Questions",
                            "description": "Q1 Relevant Experience & Lessons Learned (25%) Q2 Implementation Strategy (25%) Q3 Technical Scope Detail (25%) Q4 Conclusion and lot specific strategy (25%)",
                            "numbers": [
                                {
                                    "number": 45,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Responsible Procurement Questions",
                            "description": "Q1 Soft Landings (M&E) (50%) Q2 BAT Lot Specific (50%)",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Commercial",
                            "description": "Pricing Schedule",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "The tender comprises of three lots, which consists of bidders completing the following : 1. Qualification Envelope - (if you are bidding for more than one lot you are only required to complete this once). 2. Technical Quality Questions - complete specific questions for each lot. 3. Responsible Procurement Questions - complete these two questions. 4. Pricing Schedule - complete the pricing schedule relevant to each lot you are bidding for."
                        }
                    ]
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Variations - additional services required."
                },
                "hasOptions": true,
                "options": {
                    "description": "Variations - additional services required."
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - Guildhall - Yard East",
                "description": "Lot 2 Tender for mechanical design consultants across 3 packages across the Guildhall, split by building: Lot 1 - North Wing; Lot 2 - Guildhall - Yard East; Lot 3 - Guildhall - West Wing. This will result in design and project management of the cyclical works projects across the Guildhall. Bidders are encouraged to bid for all three lots. Bidders should be aware, that due to the volume of work in a relatively short space of time, that the intention is to award no more than two lots to any single bidder. Should a single bidder score highest against two lots, they will need to provide a resourcing plan to show how they plan to adequately provide services against two lots. If the 'Sourcing Plan' is not accepted, the bidder in question will not be awarded that lot and will be awarded to the 2nd highest ranked bidder. The duration of the contract is 3 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 1 year. The maximum length of the contract is therefore 4 years.",
                "status": "complete",
                "value": {
                    "amountGross": 240000,
                    "amount": 200000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Questions",
                            "description": "Q1 Relevant Experience & Lessons Learned (25%) Q2 Implementation Strategy (25%) Q3 Technical Scope Detail (25%) Q4 Conclusion and lot specific strategy (25%)",
                            "numbers": [
                                {
                                    "number": 45,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Responsible Procurement Questions",
                            "description": "Q1 Soft Landings (M&E) (50%) Q2 BAT Lot Specific (50%)",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Commercial",
                            "description": "Pricing Schedule",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "The tender comprises of three lots, which consists of bidders completing the following : 1. Qualification Envelope - (if you are bidding for more than one lot you are only required to complete this once). 2. Technical Quality Questions - complete specific questions for each lot. 3. Responsible Procurement Questions - complete these two questions. 4. Pricing Schedule - complete the pricing schedule relevant to each lot you are bidding for."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-03T00:00:00+00:00",
                    "endDate": "2028-10-31T23:59:59+00:00",
                    "maxExtentDate": "2029-10-12T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Variations - additional services required."
                },
                "hasOptions": true,
                "options": {
                    "description": "Variations - additional services required."
                }
            },
            {
                "id": "3",
                "title": "Lot 3 - Guildhall - West Wing",
                "description": "Lot 3 Tender for mechanical design consultants across 3 packages across the Guildhall, split by building: Lot 1 - North Wing; Lot 2 - Guildhall - Yard East; Lot 3 - Guildhall - West Wing. This will result in design and project management of the cyclical works projects across the Guildhall. Bidders are encouraged to bid for all three lots. Bidders should be aware, that due to the volume of work in a relatively short space of time, that the intention is to award no more than two lots to any single bidder. Should a single bidder score highest against two lots, they will need to provide a resourcing plan to show how they plan to adequately provide services against two lots. If the 'Sourcing Plan' is not accepted, the bidder in question will not be awarded that lot and will be awarded to the 2nd highest ranked bidder. The duration of the contract is 3 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 1 year. The maximum length of the contract is therefore 4 years.",
                "status": "complete",
                "value": {
                    "amountGross": 480000,
                    "amount": 400000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Questions",
                            "description": "Q1 Relevant Experience & Lessons Learned (25%) Q2 Implementation Strategy (25%) Q3 Technical Scope Detail (25%) Q4 Conclusion and lot specific strategy (25%)",
                            "numbers": [
                                {
                                    "number": 45,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Responsible Procurement Questions",
                            "description": "Q1 Soft Landings (M&E) (50%) Q2 BAT Lot Specific (50%)",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Commercial",
                            "description": "Pricing Schedule",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "The tender comprises of three lots, which consists of bidders completing the following : 1. Qualification Envelope - (if you are bidding for more than one lot you are only required to complete this once). 2. Technical Quality Questions - complete specific questions for each lot. 3. Responsible Procurement Questions - complete these two questions. 4. Pricing Schedule - complete the pricing schedule relevant to each lot you are bidding for."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-03T00:00:00+00:00",
                    "endDate": "2028-10-31T23:59:59+00:00",
                    "maxExtentDate": "2029-10-12T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Variations - additional services required."
                },
                "hasOptions": true,
                "options": {
                    "description": "Variations - additional services required."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-06-02T23:59:59+01:00"
        },
        "status": "complete",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "Tenders must be submitted via the CoL Procurement Portyal (Jaggaer) link below: https://cityoflondon.ukp.app.jaggaer.com/esop/ogc-host/public/cityoflondon/web/login.jst?_ncp=1734337552440.476367-1",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-09-18T14:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-10-27T23:59:59+00:00"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2,
            "awardCriteriaDetails": "Tender for mechanical design consultants across 3 packages across the Guildhall, split by building: Lot 1 - North Wing; Lot 2 - Guildhall - Yard East; Lot 3 - Guildhall - West Wing. This will result in design and project management of the cyclical works projects across the Guildhall. Bidders are encouraged to bid for all three lots. Bidders should be aware, that due to the volume of work in a relatively short space of time, that the intention is to award no more than two lots to any single bidder. Should a single bidder score highest against two lots, they will need to provide a resourcing plan to show how they plan to adequately provide services against two lots. If the 'Sourcing Plan' is not accepted, the bidder in question will not be awarded that lot and will be awarded to the 2nd highest ranked bidder."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "048545-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/048545-2025",
                "datePublished": "2025-08-13T16:51:37+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "As stated in the Terms & Conditions"
        }
    },
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "5",
                "measure": "bids",
                "value": 6,
                "relatedLot": "2"
            },
            {
                "id": "6",
                "measure": "finalStageBids",
                "value": 6,
                "relatedLot": "2"
            },
            {
                "id": "7",
                "measure": "smeFinalStageBids",
                "value": 6,
                "relatedLot": "2"
            },
            {
                "id": "8",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "9",
                "measure": "bids",
                "value": 3,
                "relatedLot": "3"
            },
            {
                "id": "10",
                "measure": "finalStageBids",
                "value": 3,
                "relatedLot": "3"
            },
            {
                "id": "11",
                "measure": "smeFinalStageBids",
                "value": 3,
                "relatedLot": "3"
            },
            {
                "id": "12",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "3"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Lot 1- Guildhall - Mechanical Design Consultant - North Wing",
            "status": "pending",
            "date": "2025-11-28T00:00:00+00:00",
            "value": {
                "amountGross": 227614.21,
                "amount": 189678.51,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PLPB-1193-BMHR",
                    "name": "Beveridge Associates Partnership Ltd"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "71333000",
                            "description": "Mechanical engineering services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKI",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-02-06T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-02-16T00:00:00+00:00",
                "endDate": "2029-05-30T23:59:59+01:00"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "007736-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/007736-2026",
                    "datePublished": "2026-01-28T16:22:34Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-01-28T00:00:00+00:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-02-10T23:59:59+00:00",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "2",
            "title": "Lot 2 - Guildhall - Yard East",
            "status": "pending",
            "date": "2025-11-28T00:00:00+00:00",
            "value": {
                "amountGross": 115053.6,
                "amount": 95878,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PCPR-8237-YNYD",
                    "name": "Rybka Ltd"
                }
            ],
            "items": [
                {
                    "id": "2",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "71333000",
                            "description": "Mechanical engineering services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKI",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "2"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-02-06T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-02-16T00:00:00+00:00",
                "endDate": "2029-05-30T23:59:59+01:00"
            },
            "relatedLots": [
                "2"
            ],
            "documents": [
                {
                    "id": "007736-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/007736-2026",
                    "datePublished": "2026-01-28T16:22:34Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-01-28T00:00:00+00:00",
            "milestones": [
                {
                    "id": "2",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-02-10T23:59:59+00:00",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "3",
            "title": "Lot 3 - Guildhall - West Wing",
            "status": "pending",
            "date": "2025-11-28T00:00:00+00:00",
            "value": {
                "amountGross": 464982.96,
                "amount": 387485.8,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PLPB-1193-BMHR",
                    "name": "Beveridge Associates Partnership Ltd"
                }
            ],
            "items": [
                {
                    "id": "3",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "71333000",
                            "description": "Mechanical engineering services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKI",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "3"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-02-06T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-02-16T00:00:00+00:00",
                "endDate": "2029-05-30T23:59:59+01:00"
            },
            "relatedLots": [
                "3"
            ],
            "documents": [
                {
                    "id": "007736-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/007736-2026",
                    "datePublished": "2026-01-28T16:22:34Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-01-28T00:00:00+00:00",
            "milestones": [
                {
                    "id": "3",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-02-10T23:59:59+00:00",
                    "status": "scheduled"
                }
            ]
        }
    ]
}