Tender

CoLP Mounted Section - Structural Civil Engineer

THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON

This public procurement record has 1 release in its history.

Tender

04 Dec 2025 at 10:12

Summary of the contracting process

The City of London Corporation is inviting tenders for structural engineering consultancy services as part of the redevelopment of 50–52 Aldgate High Street to create a purpose-built base for the City of London Police Mounted Unit. This active tender, titled "CoLP Mounted Section - Structural Civil Engineer," falls under the services industry category. The procurement process is currently at the 'tender' stage with the open procedure method. Key dates include an enquiry period ending on 29th December 2025, a tender submission deadline on 5th January 2026, and the anticipated award period closing by 16th February 2026. The estimated construction programme runs from February 2026 to March 2028, with the contract period expected to start on 23rd February 2026 and end on 31st March 2029.

This tender presents substantial growth opportunities for businesses specialising in structural and civil engineering consultancy, particularly those with experience in redevelopment projects involving operational policing facilities. Companies must hold or be eligible to obtain both Non-Police Personnel Vetting Level 3 and Security Clearance. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) are considered suitable for participation. The project, with an estimated construction value of £4m, requires the appointed structural engineer to lead design stages and act as a client monitoring agent through construction to completion, making it ideal for firms capable of providing comprehensive engineering consultancy and design services. The competitive selection criteria focus on technical expertise, pricing, and responsible procurement practices.

How relevant is this notice?

Notice Information

Notice Title

CoLP Mounted Section - Structural Civil Engineer

Notice Description

The City of London Corporation is exploring redevelopment of 50-52 Aldgate High Street to provide a unified, purpose-built base for the City of London Police Mounted Unit. The site offers key operational benefits including central access, rear servicing, and sufficient space for stabling, welfare facilities, and horse-box manoeuvring. The project is currently in feasibility and early site assessment, with extensive engagement underway with TfL regarding underground constraints and land status. Estimated construction value: PS4m Estimated programme: Feb 2026 - March 2028 (112 weeks) Procurement route: Single-Stage Design & Build (JCT D&B) The Structural Engineer is required to support RIBA Stages 2-4 as lead structural designer, then act as Client Monitoring Agent through construction to completion and defects.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05ee80
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/079607-2025
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

71300000 - Engineering services

71311000 - Civil engineering consultancy services

71312000 - Structural engineering consultancy services

71315200 - Building consultancy services

71320000 - Engineering design services

71530000 - Construction consultancy services

Notice Value(s)

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

Notice Dates

Publication Date
4 Dec 2025Today
Submission Deadline
5 Jan 20262 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
23 Feb 2026 - 31 Mar 2029 3-4 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
Georgia Lawrence
Contact Email
georgia.lawrence@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-05ee80-2025-12-04T10:12:01Z",
    "date": "2025-12-04T10:12:01Z",
    "ocid": "ocds-h6vhtk-05ee80",
    "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": "Georgia Lawrence",
                "email": "Georgia.Lawrence@cityoflondon.gov.uk",
                "telephone": "020 7606 3030"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.cityoflondon.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "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": "A PME Notice has not been published due to the sensitive nature of this police project. The works relate to operational policing facilities, and only consultants holding (or obtaining) NPPV Level 3 and Security Clearance can be considered. Publishing a PME Notice would risk disclosing sensitive information to the wider market."
    },
    "tender": {
        "id": "ocds-h6vhtk-05ee80",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "CoLP Mounted Section - Structural Civil Engineer",
        "description": "The City of London Corporation is exploring redevelopment of 50-52 Aldgate High Street to provide a unified, purpose-built base for the City of London Police Mounted Unit. The site offers key operational benefits including central access, rear servicing, and sufficient space for stabling, welfare facilities, and horse-box manoeuvring. The project is currently in feasibility and early site assessment, with extensive engagement underway with TfL regarding underground constraints and land status. Estimated construction value: PS4m Estimated programme: Feb 2026 - March 2028 (112 weeks) Procurement route: Single-Stage Design & Build (JCT D&B) The Structural Engineer is required to support RIBA Stages 2-4 as lead structural designer, then act as Client Monitoring Agent through construction to completion and defects.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71312000",
                        "description": "Structural engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71315200",
                        "description": "Building consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 120000,
            "amount": 100000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "submissionMethodDetails": "https://cityoflondon.ukp.app.jaggaer.com/esop/ogc-host/public/cityoflondon/web/login.jst?_ncp=1764757445768.1259986-1",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-01-05T17:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-12-29T17:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-02-16T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 120000,
                    "amount": 100000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Method Statement 1 - Experience Method Statement 2 - Team and Resources Method Statement 3 - Interpretation of Brief Method Statement 4 - Project Risks Interview",
                            "numbers": [
                                {
                                    "number": 45,
                                    "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 = maximumpoints Lowest Net Price --------------------- X maximum points available Bidders Net Price See pricing schedule within tender documents.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "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"
                                }
                            ]
                        }
                    ]
                },
                "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": "2026-02-23T00:00:00+00:00",
                    "endDate": "2029-03-31T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "079607-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/079607-2025",
                "datePublished": "2025-12-04T10:12:01Z",
                "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"
}