Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/019465-2025
7th May 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/019041-2025
6th May 2025 - Preliminary market engagement 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-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"
}