← Back to opportunities

Architect Appointment for CoLP ​​Tactical Firearms Training Facility​

The Mayor and Commonalty and Citizens of the City of London

Buyer Contact Info

Buyer Name: The Mayor and Commonalty and Citizens of the City of London

Buyer Address: PO Box 270, City of London, UKI43, EC2P 2EJ, United Kingdom

Contact Email: jemma.borland@cityoflondon.gov.uk

Status
active
Procedure
open
Value
374923.0 GBP
Gross: 449907.6 GBP
Published
14 Apr 2025, 11:53
Deadline
09 May 2025, 11:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
71530000 - Construction consultancy services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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 Architect services which inlude the below core services: A. Act as an Architect and Lead Designer for the project during RIBA Stage 1-4. Acting as the client monitoring agent post RIBA stage 4 to completion. B. Develop the full traditional design and specification to RIBA Stages 1-3; Procurement Strategy of Stage 1 of Two Stage Procurement, Tender Documentation of Stage 1 and Tender Action; and Procurement Strategy of Stage 2 of Two Stage Procurement, Documentation Review of Stage 2 and Tender Action. Ensure designs are compliant with: all relevant building and safety regulations including building and fire regulation. D. Advise on any exclusions and fees for any additional deliverables E. If necessary draft applications and engage in negotiations for building permissions and all approvals as necessary (e.g. Planning, Building Control, Network Rail, Party Wall awards, Access licences, etc.) F. So far as is reasonably practicable, take account of any proposals for legislation published by government or the European Union or legislation which is enacted but not yet brought into force, insofar as it is likely to affect the architectural design of the Development or the cost in use of the Development. G. Consult with the CoLC as to whether and if so, how such prospective legislative change should be taken into account in the architectural design of the Development. Individuals working on this project must have received their Non-Police Personal Vetting level 3 and Security Clearance. Please see full scope of services within tender documents.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/014938-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 374,923

Lot 1 Value (Gross): GBP 449,907.60

Lot 1 Contract Start: 2025-06-23T00:00:00+01:00

Lot 1 Contract End: 2026-03-31T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Technical (45%)

Lot 1 Award Criterion (quality): Responsible Procurement (15%)

Lot 1 Award Criterion (cost): Commercial (40%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PYQD-1693-MYXR",
    "name": "The Mayor and Commonalty and Citizens of the City of London"
  },
  "date": "2025-04-14T12:53:06+01:00",
  "id": "014938-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-050271",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "City of London",
        "postalCode": "EC2P 2EJ",
        "region": "UKI43",
        "streetAddress": "PO Box 270"
      },
      "contactPoint": {
        "email": "jemma.borland@cityoflondon.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.cityoflondon.gov.uk"
      },
      "id": "GB-PPON-PYQD-1693-MYXR",
      "identifier": {
        "id": "PYQD-1693-MYXR",
        "scheme": "GB-PPON"
      },
      "name": "The Mayor and Commonalty and Citizens of the City of London",
      "roles": [
        "buyer"
      ]
    }
  ],
  "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.\nSufficient 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."
  },
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2025-06-19T23:59:59+01:00"
    },
    "contractTerms": {
      "financialTerms": "please refer to contract documents"
    },
    "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. \nThe 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. \nThis appointment is for Architect services which inlude the below core services:\nA. Act as an Architect and Lead Designer for the project during RIBA Stage 1-4. Acting as the client monitoring agent post RIBA stage 4 to completion. \nB. Develop the full traditional design and specification to RIBA Stages 1-3; Procurement Strategy of Stage 1 of Two Stage Procurement, Tender Documentation of Stage 1 and Tender Action; and Procurement Strategy of Stage 2 of Two Stage Procurement, Documentation Review of Stage 2 and Tender Action.  \nEnsure designs are compliant with: all relevant building and safety regulations including building and fire regulation. \nD. Advise on any exclusions and fees for any additional deliverables\nE.   If necessary draft applications and engage in negotiations for building permissions and all approvals as necessary (e.g. Planning, Building Control, Network Rail, Party Wall awards, Access licences, etc.) \nF. So far as is reasonably practicable, take account of any proposals for legislation published by government or the European Union or legislation which is enacted but not yet brought into force, insofar as it is likely to affect the architectural design of the Development or the cost in use of the Development.  \nG. Consult with the CoLC as to whether and if so, how such prospective legislative change should be taken into account in the architectural design of the Development. \nIndividuals working on this project must have received their Non-Police Personal Vetting level 3 and Security Clearance. \nPlease see full scope of services within tender documents.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-04-14T12:53:06+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "014938-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/014938-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-05-02T17:00:00+01:00"
    },
    "id": "ocds-h6vhtk-050271",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Construction consultancy services",
            "id": "71530000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKI"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Q1 - Method Statement 1 \u2013Team and Resources\nQ2 - Method Statement 2 \u2013Interpretation of Brief\nQ3 - Method Statement 3 \u2013Design Development Management\nQ4 - Interview\nSee full questions within tender documents",
              "name": "Technical",
              "numbers": [
                {
                  "number": 45,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Q1 - Climate Action\nQ2 (a) - Social Value\nQ2 (B) - Social Value\nSee full questions within tender documents.",
              "name": "Responsible Procurement",
              "numbers": [
                {
                  "number": 15,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "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:\nLowest Net Price = maximum points\nLowest Net Price\n--------------------- X maximum points available\nBidders Net Price\nSee pricing schedule within tender documents.",
              "name": "Commercial",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2026-03-31T23:59:59+01:00",
          "startDate": "2025-06-23T00:00:00+01:00"
        },
        "id": "1",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Please refer to tender documents.",
              "type": "economic"
            },
            {
              "description": "1. Vetting\nThis project requires all personnel involved to hold the appropriate security \nclearances due to the sensitive nature of the Tactical Firearms Training Facility.\nPlease confirm and provide evidence that the individuals proposed to work on this \nproject hold both of the following:\n\u2022 Non-Police Personnel Vetting (NPPV) Level 3\n\u2022 Security Clearance (SC)\nImportant:\n\u2022 All clearances must be in-date and valid for the duration of the contract.\n\u2022 Failure to provide full and sufficient evidence will result in an automatic Fail, and the supplier will be excluded from further evaluation.\n2. Relevant Experience\nHave you delivered the design of a Firing Range, including Ancillary Buildings and \na Training Tower / Skills House, or are you currently doing so?\nImportant \u2013 Pass/Fail Requirement:\nTo pass, suppliers must provide at least one relevant example of a completed project involving a Firing Range and associated facilities (Training Tower / Skills House), preferably delivered within the last 10 years.\nFailure to provide sufficient and relevant evidence will result in a Fail, and the supplier will be excluded from further evaluation\nAll bidders must be compliant with UK Living Wage. Please see tender documents for other technical ability conditions of participation.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "value": {
          "amount": 374923,
          "amountGross": 449907.6,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "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).",
    "status": "active",
    "submissionMethodDetails": "This tendering exercise is being undertaken using the electronic tendering system \u2018City of London Corporation Sourcing \u0026 Contracts Portal\u2019 (https://cityoflondon.ukp.app.jaggaer.com/). Suppliers will need to register an interest on the system in order to participate and registration is free.\nThe 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 \u00a3115,536.",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-05-09T12:00:00+01:00"
    },
    "title": "Architect Appointment for CoLP \u200b\u200bTactical Firearms Training Facility\u200b",
    "value": {
      "amount": 374923,
      "amountGross": 449907.6,
      "currency": "GBP"
    }
  }
}