Tender

Specialist Designer Appointment for CoLP Tactical Firearms Training Facility

THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON

This public procurement record has 2 releases in its history.

TenderCancellation

27 Aug 2025 at 14:54

Tender

02 May 2025 at 16:34

Summary of the contracting process

The procurement process, initiated by The Mayor and Commonalty and Citizens of the City of London, was for appointing a Specialist Designer to contribute to the City of London Police's Tactical Firearms Training Facility. The project was set within the services industry category, specifically focusing on construction consultancy services, and located in the City of London. The process began with a tender stage on May 2, 2025, and involved an open competition method due to its below-threshold value. The procurement was expected to conclude with a contract period starting on June 16, 2025, and ending on September 30, 2028. However, the procurement process was terminated, and no contract was awarded as of August 27, 2025, in line with the reserved right to cancel or vary the process.

The tender offered a significant opportunity for businesses specialising in construction consultancy services, particularly those experienced in designing facilities for tactical firearms training. Companies possessing relevant expertise and security clearances could leverage this tender to enhance their portfolios and expand their market presence in public safety infrastructure projects. The tender was suited for small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) due to its focus on the UK market and the accessibility provided through the City of London Corporation's electronic tendering system. Despite the cancellation, similar opportunities may arise, and businesses can prepare to compete by ensuring compliance with the required security and experience criteria.

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

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.

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

Contracting Authority (Buyer)

Main Buyer
THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON
Additional Buyers

MISSING

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

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-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"
            ]
        }
    ]
}