Tender

CoLP ​​Tactical Firearms Training Facility​ - MEPH Appointment

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

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

Notice identifier: 2025/S 000-016963

Procurement identifier (OCID): ocds-h6vhtk-050777

Published 25 April 2025, 11:11am



Scope

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 Mechanical, Electrical, Plumbing and Heating Engineer services. Please refer to the 'Scope of Services' within the tender documents for full details.

Total value (estimated)

  • £327,300 excluding VAT
  • £392,760 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 30 June 2025 to 31 March 2026
  • 9 months, 1 day

Main procurement category

Services

CPV classifications

  • 71530000 - Construction consultancy services

Participation

Legal and financial capacity conditions of participation

Please refer to tender documents.

Technical ability conditions of participation

1. Vetting

This project requires all personnel involved to hold the appropriate security clearances due to the sensitive nature of the Tactical Firearms Training Facility.

Please confirm and provide evidence that the individuals proposed to work on this project hold both of the following:

• Non-Police Personnel Vetting (NPPV) Level 3

• Security Clearance (SC)

Important:

• All clearances must be in-date and valid for the duration of the contract.

• Failure to provide full and sufficient evidence will result in an automatic Fail, and the supplier will be excluded from further evaluation.

2. Relevant Experience

Have you delivered the design of a Firing Range, including Ancillary Buildings and a Training Tower / Skills House, or are you currently doing so?

Important - Pass/Fail Requirement:

To 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.

Failure to provide sufficient and relevant evidence will result in a Fail, and the supplier will be excluded from further evaluation

All bidders must be compliant with UK Living Wage. Please see tender documents for other technical ability conditions of participation.

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

14 May 2025, 5:00pm

Tender submission deadline

21 May 2025, 12:00pm

Submission address and any special instructions

This tendering exercise is being undertaken using the electronic tendering system 'City of London Corporation Sourcing & Contracts Portal' (https://cityoflondon.ukp.app.jaggaer.com/). Suppliers will need to register an interest on the system in order to participate and registration is free.

The 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 £100,800.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

13 June 2025


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Technical

Q1 - Method Statement 1 -Team and Resources

Q2 - Method Statement 2 -Interpretation of Brief

Q3 - Method Statement 3 -Design Development Management

Q4 - Interview

See full questions within tender...

Quality 45%
Commercial

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 = maximum...

Cost 40%
Responsible Procurement

Q1 - Climate Action

Q2 (a) - Social Value

Q2 (B) - Social Value

See full questions within tender documents.

Quality 15%

Other information

Payment terms

Please 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)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Justification for not publishing a preliminary market engagement notice

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

Region: UKI43 - Haringey and Islington

Organisation type: Public authority - sub-central government