Notice Information
Notice Title
Specialist Designer Appointment for 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 Specialist Designer services. Please refer to the scope of services located within the tender documents for full details.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-050cae
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/051679-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK12 - Procurement Termination Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Below threshold - open competition
- 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
- £107,705 £100K-£500K
- Lots Value
- £107,705 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Aug 20255 months ago
- Submission Deadline
- 23 May 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 15 Jun 2025 - 30 Sep 2028 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Cancelled
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON
- Additional Buyers
- Contact Name
- Not specified
- 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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/051679-2025
27th August 2025 - Procurement termination notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/018918-2025
2nd May 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-050cae-2025-08-27T15:54:37+01:00",
"date": "2025-08-27T15:54:37+01:00",
"ocid": "ocds-h6vhtk-050cae",
"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"
},
"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"
},
"tender": {
"id": "ocds-h6vhtk-050cae",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Specialist Designer Appointment for 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 Specialist Designer services. Please refer to the scope of services located within the tender documents for full details.",
"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": 129246,
"amount": 107705,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Below threshold - open competition",
"mainProcurementCategory": "services",
"aboveThreshold": false,
"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 PS33,141.54",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed"
},
"tenderPeriod": {
"endDate": "2025-05-23T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-05-16T17:00:00+01:00"
},
"lots": [
{
"id": "1",
"status": "complete",
"value": {
"amountGross": 129246,
"amount": 107705,
"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",
"numbers": [
{
"number": 45,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Responsible Procurement",
"description": "Q1 Climate Action Q2 Social Value (a) Q3 Social Value (b)",
"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": [
{
"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."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2025-06-16T00:00:00+01:00",
"endDate": "2028-09-30T23:59:59+01:00"
}
}
],
"documents": [
{
"id": "018918-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/018918-2025",
"datePublished": "2025-05-02T17:34:19+01:00",
"format": "text/html"
},
{
"id": "051679-2025",
"documentType": "tenderCancellationNotice",
"noticeType": "UK12",
"description": "Procurement termination notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/051679-2025",
"datePublished": "2025-08-27T15:54:37+01:00",
"format": "text/html"
}
]
},
"language": "en",
"awards": [
{
"id": "1",
"status": "cancelled",
"statusDetails": "As set out in the Invitation to Tender (ITT) documentation, section 7.12 \"Right to Cancel or Vary the Process\", the City expressly reserves the right to cancel or withdraw from the procurement process at any stage and not to award the contract. Accordingly, no contract will be awarded as a result of this procurement.",
"finalStatusDate": "2025-08-27T00:00:00+01:00",
"relatedLots": [
"1"
]
}
]
}