Tender

CoLP Mounted Section - Structural Civil Engineer

  • The Mayor and Commonalty and Citizens of the City of London

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-009808

Procurement identifier (OCID): ocds-h6vhtk-064680

Published 4 February 2026, 10:12am



Scope

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: £4m

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.

Total value (estimated)

  • £100,000 excluding VAT
  • £120,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 30 April 2026 to 31 October 2028
  • 2 years, 6 months, 1 day

Main procurement category

Services

CPV classifications

  • 71530000 - Construction consultancy services

Participation

Legal and financial capacity conditions of participation

Refer to tender documents

Technical ability conditions of participation

refer to tender documents

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

24 February 2026, 5:00pm

Tender submission deadline

3 March 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)

13 April 2026


Award criteria

This table contains award criteria for this lot
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%

(suppliers will be invited to an interview on 31st March 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

Contact name: Jemma Borland

Email: jemma.borland@cityoflondon.gov.uk

Website: https://www.cityoflondon.gov.uk

Region: UKI43 - Haringey and Islington

Organisation type: Public authority - sub-central government