Tender

Specialist Designer Appointment for CoLP ​​Tactical Firearms Training Facility​

  • 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 000-018918

Procurement identifier (OCID): ocds-h6vhtk-050cae

Published 2 May 2025, 5:34pm



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 Specialist Designer services. Please refer to the scope of services located within the tender documents for full details.

Total value (estimated)

  • £107,705 excluding VAT
  • £129,246 including VAT

Below the relevant threshold

Contract dates (estimated)

  • 16 June 2025 to 30 September 2028
  • 3 years, 3 months, 15 days

Main procurement category

Services

CPV classifications

  • 71530000 - Construction consultancy services

Contract locations

  • UKI - London

Participation

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.

Particular suitability

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

Submission

Enquiry deadline

16 May 2025, 5:00pm

Tender submission deadline

23 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 £33,141.54

Tenders may be submitted electronically

Yes


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

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 Social Value (a)

Q3 Social Value (b)

Quality 15%

Procedure

Procedure type

Below threshold - open competition


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