Tender

Guildhall Yard East PM,CA&EA Appointment

THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON

This public procurement record has 2 releases in its history.

Tender

07 May 2025 at 14:43

Planning

06 May 2025 at 10:59

Summary of the contracting process

The City of London Corporation has issued a tender for providing project management, contract administration, and employer's agent consultancy services for the Guildhall Yard East project, aimed at modernising the City of London Police estate. This procurement is conducted through an open competition, below-threshold method, and is currently in the tender stage. Key responsibilities include managing design progression, overseeing a two-stage design and build procurement route, and administering contracts under the JCT Design & Build form. The contract is valued at approximately £150,000 for the 2.5-year duration, with project stages spanning RIBA 3 to 7, requiring all personnel to hold Non-Police Personnel Vetting Level 3 and Security Clearance. The procurement is classified under construction consultancy services in the 'UKI' region of the United Kingdom, and interested suppliers must submit their bids by 23 May 2025.

This tender presents a valuable opportunity for businesses specialising in construction consultancy and project management services, especially those capable of operating within secure environments. The contract's focus on modernising a key facility within the City of London promises significant demand for professional expertise in managing complex projects. Small and medium-sized enterprises (SMEs) and voluntary, community and social enterprises (VCSEs) are encouraged to compete, offering growth potential by engaging in public sector projects and enhancing business profiles through successful delivery. The involvement in such a prestigious project can lay the groundwork for future engagements with public authorities, enhancing business credibility and market presence.

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 Yard East PM,CA&EA Appointment

Notice Description

The City of London Corporation (the City) invites Tenders for the provision of Project Management & Contract Administration / Employer's Agent Consultant services to manage and deliver the Guildhall Yard East (GYE) project. This project requires all personnel involved to hold the below security clearances due to the sensitive nature of the Tactical Firearms Training Facility. - Non-Police Personnel Vetting (NPPV) Level 3 - Security Clearance (SC) The Consultant's primary duties will cover project management, contract administration, and employer's agent roles across RIBA Stages 3 to 7. This will include: * Managing design progression from RIBA Stage 2. * Supporting internal Gateway governance processes (Gateway 3-6). * Overseeing a Two Stage Design & Build procurement route. * Administering contracts under the JCT Design & Build form. * Facilitating risk management, financial control, change management, and stakeholder engagement. * Ensuring compliance with statutory and regulatory requirements, Net Zero Design Standards, and Non-Police Personnel Vetting Level 3 (NPPV3) clearances. * Managing handover, commissioning, defect rectification, and post-completion review phases. Please see full scope of services within the tender documents. This project supports the modernisation of the City of London Police (CoLP) estate within the Guildhall Yard East building. The duration of the contract is approximately 2.5 years

Planning Information

The City of London Corporation conducted a Preliminary Market Engagement (PME) exercise in April 2025 to assess market interest and capability ahead of the procurement of a Project Manager / Contract Administrator / Employer’s Agent for the Guildhall Yard East refurbishment project. The engagement outlined key project parameters, including: • An estimated fee budget of £150,000 • Services required from RIBA Stage 3 to Stage 7 • A two-stage Design & Build procurement model • Works delivered within occupied premises • Personnel required to hold NPPV Level 3 and SC security clearance • Delivery in accordance with the City’s Consultant Terms and Gateway governance framework The PME was issued to eight suppliers, with seven confirming interest and one declining. No significant concerns were raised that would affect the planned procurement strategy. The exercise confirmed supplier capability, validated the proposed procurement route, and demonstrated market readiness to deliver the required services within the expected scope and timeline.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050cfb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019465-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender 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
£150,000 £100K-£500K
Lots Value
£150,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 May 20259 months ago
Submission Deadline
23 May 2025Expired
Future Notice Date
7 May 2025Expired
Award Date
Not specified
Contract Period
29 Jun 2025 - 30 Dec 2027 2-3 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON
Contact Name
Not specified
Contact Email
jemma.borland@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

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-050cfb-2025-05-07T15:43:25+01:00",
    "date": "2025-05-07T15:43:25+01:00",
    "ocid": "ocds-h6vhtk-050cfb",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PYQD-1693-MYXR",
            "name": "The Mayor and Commonalty and Citizens of the City of London",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYQD-1693-MYXR"
            },
            "address": {
                "streetAddress": "PO Box 270",
                "locality": "City of London",
                "postalCode": "EC2P 2EJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI43"
            },
            "contactPoint": {
                "email": "jemma.borland@cityoflondon.gov.uk",
                "telephone": "020 7606 3030"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.cityoflondon.gov.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PYQD-1693-MYXR",
        "name": "The Mayor and Commonalty and Citizens of the City of London"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The City of London Corporation conducted a Preliminary Market Engagement (PME) exercise in April 2025 to assess market interest and capability ahead of the procurement of a Project Manager / Contract Administrator / Employer's Agent for the Guildhall Yard East refurbishment project. The engagement outlined key project parameters, including: * An estimated fee budget of PS150,000 * Services required from RIBA Stage 3 to Stage 7 * A two-stage Design & Build procurement model * Works delivered within occupied premises * Personnel required to hold NPPV Level 3 and SC security clearance * Delivery in accordance with the City's Consultant Terms and Gateway governance framework The PME was issued to eight suppliers, with seven confirming interest and one declining. No significant concerns were raised that would affect the planned procurement strategy. The exercise confirmed supplier capability, validated the proposed procurement route, and demonstrated market readiness to deliver the required services within the expected scope and timeline.",
                "dateMet": "2025-04-25T00:00:00+01:00",
                "status": "met"
            }
        ],
        "documents": [
            {
                "id": "019041-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/019041-2025",
                "datePublished": "2025-05-06T11:59:55+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-050cfb",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Guildhall Yard East PM,CA&EA Appointment",
        "description": "The City of London Corporation (the City) invites Tenders for the provision of Project Management & Contract Administration / Employer's Agent Consultant services to manage and deliver the Guildhall Yard East (GYE) project. This project requires all personnel involved to hold the below security clearances due to the sensitive nature of the Tactical Firearms Training Facility. - Non-Police Personnel Vetting (NPPV) Level 3 - Security Clearance (SC) The Consultant's primary duties will cover project management, contract administration, and employer's agent roles across RIBA Stages 3 to 7. This will include: * Managing design progression from RIBA Stage 2. * Supporting internal Gateway governance processes (Gateway 3-6). * Overseeing a Two Stage Design & Build procurement route. * Administering contracts under the JCT Design & Build form. * Facilitating risk management, financial control, change management, and stakeholder engagement. * Ensuring compliance with statutory and regulatory requirements, Net Zero Design Standards, and Non-Police Personnel Vetting Level 3 (NPPV3) clearances. * Managing handover, commissioning, defect rectification, and post-completion review phases. Please see full scope of services within the tender documents. This project supports the modernisation of the City of London Police (CoLP) estate within the Guildhall Yard East building. The duration of the contract is approximately 2.5 years",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 180000,
            "amount": 150000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": false,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2025-06-30T00:00:00+01:00",
                    "endDate": "2027-12-30T23:59:59+00:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 180000,
                    "amount": 150000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Q1 Programme, Risks, Opportunities and Challenges Q2 Team Q3 Experience Q4 Managing Change and Scope Control Q5 Co-ordination Q6 Resource Q7 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. All bidders must be compliant with UK Living Wage."
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-05-07T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "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 PS43,077.69",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed"
        },
        "tenderPeriod": {
            "endDate": "2025-05-23T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-05-16T17:00:00+01:00"
        },
        "documents": [
            {
                "id": "019465-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/019465-2025",
                "datePublished": "2025-05-07T15:43:25+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}