Notice Information
Notice Title
CoLP Tactical Firearms Training Facility - MEPH Appointment
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 traditional build approach or modular scheme to provide the new TFTF. In conclusion, it was determined that a traditional design and/or 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 Mechanical, Electrical, Plumbing and Heating Engineer services. Please refer to the 'Scope of Services' within the tender documents for full details.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0585f8
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/047979-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- 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
- £327,300 £100K-£500K
- Lots Value
- £327,300 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Aug 20256 months ago
- Submission Deadline
- 8 Sep 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 29 Sep 2025 - 31 Mar 2026 6-12 months
- 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
- Jemma Borland
- 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
- Not specified
-
- Local Authority
- Islington
- Electoral Ward
- Clerkenwell
- Westminster Constituency
- Islington South and Finsbury
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/047979-2025
12th August 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-0585f8-2025-08-12T12:19:15+01:00",
"date": "2025-08-12T12:19:15+01:00",
"ocid": "ocds-h6vhtk-0585f8",
"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": {
"name": "Jemma Borland",
"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"
},
"planning": {
"noEngagementNoticeRationale": "Pre-market engagement was not conducted for this procurement due to the clearly defined nature of the requirement, which aligns with existing market capabilities and standards. The procurement is being undertaken using an above-threshold open procedure under the Procurement Act, with appropriate vetting requirements and experience-based conditions of participation included in the tender. Sufficient knowledge of the market was already available internally, based on previous procurements and sector-specific expertise, making it possible to develop robust and relevant documentation without the need for additional engagement. Given the urgency and resource considerations involved, it was deemed proportionate and efficient to proceed directly to tender."
},
"tender": {
"id": "ocds-h6vhtk-0585f8",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "CoLP Tactical Firearms Training Facility - MEPH Appointment",
"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 traditional build approach or modular scheme to provide the new TFTF. In conclusion, it was determined that a traditional design and/or 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 Mechanical, Electrical, Plumbing and Heating Engineer services. Please refer to the 'Scope of Services' within the tender documents for full details.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 392760,
"amount": 327300,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"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 PS100,800.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-09-08T17:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-09-01T17:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-09-30T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 392760,
"amount": 327300,
"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 See full questions within tender documents",
"numbers": [
{
"number": 45,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Responsible Procurement",
"description": "Q1 - Climate Action Q2 (a) - Social Value Q2 (B) - Social Value See full questions within tender documents.",
"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": [
{
"type": "economic",
"description": "Please refer to tender documents."
},
{
"type": "technical",
"description": "1. Vetting Due to the sensitive nature of the Tactical Firearms Training Facility, all personnel proposed for this project must hold both of the following security clearances at the time of tender submission: - Non-Police Personnel Vetting (NPPV) Level 3 - Security Clearance (SC) Important: Only certificates issued by a UK police authority will be accepted. Evidence Required (for Pass): 1. A list of all named individuals proposed for this project, including their roles. 2. A copy of the official clearance certificate for each individual, showing: - Valid NPPV Level 3 clearance - Valid SC clearance - Issued by a UK police authority"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2025-09-30T00:00:00+01:00",
"endDate": "2026-03-31T23:59:59+01:00"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "047979-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/047979-2025",
"datePublished": "2025-08-12T12:19:15+01:00",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "Please refer to contract documents"
},
"riskDetails": "The requirements are to provide the contracted services to the end of the works project. The contract may require modification in the event of project overrun to ensure continuation of service and technical expertise is retained from the appointed design team (for example to provide additional goods, services or works)."
},
"language": "en"
}