Scope
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.
Total value (estimated)
- £150,000 excluding VAT
- £180,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 30 March 2026 to 30 January 2027
- 10 months, 1 day
Main procurement category
Services
CPV classifications
- 71530000 - Construction consultancy services
Participation
Legal and financial capacity conditions of participation
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
Technical ability conditions of participation
refer to tender documents
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
11 February 2026, 5:00pm
Tender submission deadline
18 February 2026, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
23 March 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Technical | 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) |
Quality | 45% |
| Price | 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... |
Cost | 40% |
| Responsible Procurement | Q1 - Climate Action 40% Q2 - (a) - Social Value PASS/FAIL Q2 - (b) - Social Value 60% See full questions within tender documents. |
Quality | 15% |
Other information
Payment terms
refer to contract documents
Description of risks to contract performance
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).
Applicable trade agreements
- Government Procurement Agreement (GPA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Justification for not publishing a preliminary market engagement notice
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.
Contracting authority
The Mayor and Commonalty and Citizens of the City of London
- Public Procurement Organisation Number: PYQD-1693-MYXR
PO Box 270
City of London
EC2P 2EJ
United Kingdom
Email: jemma.borland@cityoflondon.gov.uk
Website: https://www.cityoflondon.gov.uk
Region: UKI43 - Haringey and Islington
Organisation type: Public authority - sub-central government