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)
- 23 February 2026 to 31 March 2029
- 3 years, 1 month, 6 days
Main procurement category
Services
CPV classifications
- 71312000 - Structural engineering consultancy services
- 71311000 - Civil engineering consultancy services
- 71315200 - Building consultancy services
- 71300000 - Engineering services
- 71320000 - Engineering design services
- 71530000 - Construction consultancy services
Contract locations
- UKI - London
Participation
Legal and financial capacity conditions of participation
Please refer to tender documents.
Technical ability conditions of participation
1. Vetting
Due to the sensitive nature of the Tactical Firearms Training Facility, 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
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
29 December 2025, 5:00pm
Tender submission deadline
5 January 2026, 5:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
16 February 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Technical | Method Statement 1 - Experience Method Statement 2 - Team and Resources Method Statement 3 - Interpretation of Brief Method Statement 4 - Project Risks 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 = maximumpoints... |
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)
- 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
A PME Notice has not been published due to the sensitive nature of this police project. The works relate to operational policing facilities, and only consultants holding (or obtaining) NPPV Level 3 and Security Clearance can be considered. Publishing a PME Notice would risk disclosing sensitive information to the wider market.
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: Georgia Lawrence
Telephone: 020 7606 3030
Email: Georgia.Lawrence@cityoflondon.gov.uk
Website: https://www.cityoflondon.gov.uk
Region: UKI43 - Haringey and Islington
Organisation type: Public authority - sub-central government