Tender

CoLP Mounted Section - Cost Consultant

THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON

This public procurement record has 2 releases in its history.

TenderUpdate

05 Feb 2026 at 10:47

Tender

22 Jan 2026 at 11:16

Summary of the contracting process

The Mayor and Commonalty and Citizens of the City of London has issued a tender for a Cost Consultant for the ColP Mounted Section project, focusing on the development at 52 Aldgate High Street. This site is pivotal for relocating the Mounted Unit's facilities, combining it with neighbouring sites for a functional space in central London, providing operational advantages. The tender falls under public authority - sub-central government classification, and the procurement is in the tender update stage, with key dates including the submission deadline on 5th March 2026. The procurement process is conducted through an open above-threshold procedure, engaging under the UKPGA legal framework.

This tender represents a substantial opportunity for businesses involved in construction consultancy services. With the potential contract value being £150,000, it provides a solid financial incentive for firms in this sector. The open procedure permits a wide range of suppliers to participate, particularly benefiting SMEs with a proven track record in security-cleared, large-scale public projects. The tender emphasises technical expertise and price competitiveness, making it ideal for businesses looking to expand their portfolio in public sector projects within a strategic locale like the City of London. The opportunity to engage with this landmark project could significantly bolster a company's profile and offer future business prospects.

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

CoLP Mounted Section - Cost Consultant

Notice Description

52 Aldgate High Street has been identified as a key site for the relocation and development of the Mounted Unit's facilities. The plan involves combining the vacant plot at 52 Aldgate with the neighbouring properties at 50-51 Aldgate High Street to create a unified and functional space. Located in the City of London, this development aims to provide a practical and well-integrated solution to support the Mounted Unit's operational needs. The project is currently in the initial feasibility and site assessment phase. 52 Aldgate presents a highly suitable location for the Mounted Unit due to a combination of operational, logistical, and strategic advantages. Its central position ensures immediate access to the Square Mile, enabling rapid deployment of officers for ceremonial duties, crowd management, and high-visibility policing. The site benefits from rear access, providing a discreet and practical entry point for day-to-day operations, including the secure movement of horses and equipment. Crucially, there is sufficient space at the rear of the site to accommodate the parking and manoeuvring of the Mounted Unit's horse box, a key operational requirement. In addition, the site offers enough capacity to consolidate all horse welfare and stabling needs under one roof, improving efficiency and care standards. There is also the potential to build commercial accommodation above the proposed stables; this is subject to feasibility and viability testing but raises the possibility of raising income, subject to market response. Together, these factors make 52 Aldgate a rare and strategically valuable opportunity to establish a long-term, purpose-built base for the City of London Police Mounted Unit. At present, significant effort is focused on engaging with Transport for London (TfL), the key stakeholder and landowner, to thoroughly understand the current condition, boundaries, and legal status of the site. This includes a detailed investigation into the complex network of underground utilities and transport services that run beneath and adjacent to the site, which are critical to informing design parameters and mitigating potential risks related to construction. Coordination with the TfL is ongoing to secure accurate mapping, service locations, and any operational constraints that may impact the project timeline and technical approach. This phase is vital for establishing a clear understanding of site-specific challenges and opportunities, ensuring compliance with regulatory requirements, and setting the foundation for successful planning and delivery. Please see full Cost Consultant scope within tender documents.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-060bf8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010340-2026
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
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
5 Feb 20262 weeks ago
Submission Deadline
5 Mar 20262 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
29 Apr 2026 - 30 Oct 2028 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
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

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-060bf8-2026-02-05T10:47:59Z",
    "date": "2026-02-05T10:47:59Z",
    "ocid": "ocds-h6vhtk-060bf8",
    "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"
            },
            "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": "The City has not conducted any Preliminary Market Engagement prior to the issuing of the Tender Notice, due to the following: 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-060bf8",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "CoLP Mounted Section - Cost Consultant",
        "description": "52 Aldgate High Street has been identified as a key site for the relocation and development of the Mounted Unit's facilities. The plan involves combining the vacant plot at 52 Aldgate with the neighbouring properties at 50-51 Aldgate High Street to create a unified and functional space. Located in the City of London, this development aims to provide a practical and well-integrated solution to support the Mounted Unit's operational needs. The project is currently in the initial feasibility and site assessment phase. 52 Aldgate presents a highly suitable location for the Mounted Unit due to a combination of operational, logistical, and strategic advantages. Its central position ensures immediate access to the Square Mile, enabling rapid deployment of officers for ceremonial duties, crowd management, and high-visibility policing. The site benefits from rear access, providing a discreet and practical entry point for day-to-day operations, including the secure movement of horses and equipment. Crucially, there is sufficient space at the rear of the site to accommodate the parking and manoeuvring of the Mounted Unit's horse box, a key operational requirement. In addition, the site offers enough capacity to consolidate all horse welfare and stabling needs under one roof, improving efficiency and care standards. There is also the potential to build commercial accommodation above the proposed stables; this is subject to feasibility and viability testing but raises the possibility of raising income, subject to market response. Together, these factors make 52 Aldgate a rare and strategically valuable opportunity to establish a long-term, purpose-built base for the City of London Police Mounted Unit. At present, significant effort is focused on engaging with Transport for London (TfL), the key stakeholder and landowner, to thoroughly understand the current condition, boundaries, and legal status of the site. This includes a detailed investigation into the complex network of underground utilities and transport services that run beneath and adjacent to the site, which are critical to informing design parameters and mitigating potential risks related to construction. Coordination with the TfL is ongoing to secure accurate mapping, service locations, and any operational constraints that may impact the project timeline and technical approach. This phase is vital for establishing a clear understanding of site-specific challenges and opportunities, ensuring compliance with regulatory requirements, and setting the foundation for successful planning and delivery. Please see full Cost Consultant scope within tender documents.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 180000,
            "amount": 150000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "submissionMethodDetails": "https://cityoflondon.ukp.app.jaggaer.com itt_227",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-03-05T12:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-26T17:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-04-27T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 180000,
                    "amount": 150000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Q1. Experience 25% Q2. Team and Resources 20% Q3. Interpretation of Brief 20% Q4. Project Risks 15% Q5. Interview 20% (all suppliers will be invited to an interview on 26th February 2026)",
                            "numbers": [
                                {
                                    "number": 45,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Responsible Procurement",
                            "description": "Q1 - Climate Action 40% Q2 - (a) - Social Value PASS/FAIL Q2 - (b) - Social Value 60% See full questions within tender documents.",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Price",
                            "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": "Technical",
                            "description": "Q1. Experience 25% Q2. Team and Resources 20% Q3. Interpretation of Brief 20% Q4. Project Risks 15% Q5. Interview 20% (all suppliers will be invited to an interview on 2nd April 2026)",
                            "numbers": [
                                {
                                    "number": 45,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Responsible Procurement",
                            "description": "Q1 - Climate Action 40% Q2 - (a) - Social Value PASS/FAIL Q2 - (b) - Social Value 60% See full questions within tender documents.",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Price",
                            "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"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Q1. Vetting Due to the sensitive nature of the Mounted Unit Accomodation project, 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"
                        },
                        {
                            "type": "technical",
                            "description": "refer to tender documents"
                        },
                        {
                            "type": "economic",
                            "description": "refer to tender documents"
                        },
                        {
                            "type": "technical",
                            "description": "refer to tender documents"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-30T00:00:00+01:00",
                    "endDate": "2028-10-30T23:59:59+00:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "005660-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/005660-2026",
                "datePublished": "2026-01-22T11:16:46Z",
                "format": "text/html"
            },
            {
                "id": "010340-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/010340-2026",
                "datePublished": "2026-02-05T10:47:59Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "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).",
        "amendments": [
            {
                "id": "010340-2026",
                "description": "The contracting authority has modified the published tender following a review of participation requirements. The previously stated vetting conditions of participation (NPPV Level 3 and Security Clearance (SC)) have been removed from the procurement and are no longer required at tender stage. Tender documents have been updated accordingly. In light of this change, the procurement timetable has been revised as follows: New tender submission deadline: 5th March 2026 Revised interview date: 2nd April 2026 All other aspects of the procurement remain unchanged. Suppliers should refer to the updated tender documents published"
            }
        ]
    },
    "language": "en"
}