Award

Structural and Civil Engineer Appointment for CoLP Tactical Firearms Training Facility (Version 2)

THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON

This public procurement record has 2 releases in its history.

Award

23 Oct 2025 at 12:53

Tender

12 Aug 2025 at 11:24

Summary of the contracting process

The Mayor and Commonalty and Citizens of the City of London, in collaboration with the City of London Police, have completed the tender process for the appointment of Structural and Civil Engineer services for the Tactical Firearms Training Facility at Dagenham Dock. This open procedure procurement process, governed by the Procurement Act, emphasised expertise in construction consultancy services under CPV classification 71530000. The contract was awarded to WML Consulting Limited, with the award notice published on 23 October 2025, and a contract starting on 10 November 2025 running until 30 June 2026. The buying organisation's approach aimed to combine traditional and modular design solutions, advancing the project through RIBA stages 1 to 3, ensuring the efficient and effective operational outcome desired at this development phase.

This tender represents substantial business opportunity, especially for SMEs possessing strong capabilities in structural and civil engineering, as well as experience with both traditional and modular design approaches. Businesses operating in the construction consultancy sector can particularly benefit from such engagements, given the emphasis on quality technical proposals and responsible procurement practices like climate action and social value. Firms that have personnel cleared with NPPV Level 3 and Security Clearance (SC) issued by a UK police authority were positioned as strong candidates for the requirements of this sensitive project. With a gross contract value exceeding £260,000, this procurement process reflects the lucrative potential for qualified engineering firms within the public sector realm.

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

Structural and Civil Engineer Appointment for CoLP Tactical Firearms Training Facility (Version 2)

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 Structural and Civil Engineer services. Please see full scope of services within tender documents.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0585fb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/067838-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71530000 - Construction consultancy services

Notice Value(s)

Tender Value
£336,316 £100K-£500K
Lots Value
£336,316 £100K-£500K
Awards Value
£224,000 £100K-£500K
Contracts Value
Not specified

Notice Dates

Publication Date
23 Oct 20254 months ago
Submission Deadline
8 Sep 2025Expired
Future Notice Date
Not specified
Award Date
22 Oct 20254 months ago
Contract Period
10 Nov 2025 - 30 Jun 2026 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
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

Supplier Information

Number of Suppliers
1
Supplier Name

WML CONSULTING

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-0585fb-2025-10-23T13:53:17+01:00",
    "date": "2025-10-23T13:53:17+01:00",
    "ocid": "ocds-h6vhtk-0585fb",
    "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"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-03176267",
            "name": "WML CONSULTING LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "03176267"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PZYJ-2279-NCGH"
                }
            ],
            "address": {
                "streetAddress": "Metropolitan House Station Road",
                "locality": "Cheadle",
                "postalCode": "SK8 7AZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD35"
            },
            "contactPoint": {
                "email": "info@wmlconsulting.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "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-0585fb",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Structural and Civil Engineer Appointment for CoLP Tactical Firearms Training Facility (Version 2)",
        "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 Structural and Civil Engineer services. Please see full scope of services within tender documents.",
        "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": 403579.2,
            "amount": 336316,
            "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 PS103,582",
        "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": "complete",
                "value": {
                    "amountGross": 403579.2,
                    "amount": 336316,
                    "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": "047983-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/047983-2025",
                "datePublished": "2025-08-12T12:24:51+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",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Structural and Civil Engineer Appointment for CoLP Tactical Firearms Training Facility",
            "status": "pending",
            "date": "2025-10-23T00:00:00+01:00",
            "value": {
                "amountGross": 268800,
                "amount": 224000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-03176267",
                    "name": "WML CONSULTING LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "71530000",
                            "description": "Construction consultancy services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKI",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-11-03T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2025-11-10T00:00:00+00:00",
                "endDate": "2026-06-30T23:59:59+01:00"
            },
            "relatedLots": [
                "1"
            ],
            "subcontracting": {
                "subcontracts": [
                    {
                        "id": "1",
                        "mainContractors": [
                            {
                                "id": "GB-COH-03176267",
                                "name": "WML CONSULTING LIMITED"
                            }
                        ],
                        "description": "none"
                    }
                ]
            },
            "documents": [
                {
                    "id": "067838-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/067838-2025",
                    "datePublished": "2025-10-23T13:53:17+01:00",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-10-23T00:00:00+01:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-11-10T23:59:59+00:00",
                    "status": "scheduled"
                }
            ]
        }
    ]
}