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: 2025/S 000-079607

Procurement identifier (OCID): ocds-h6vhtk-05ee80

Published 4 December 2025, 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)

  • 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

This table contains award criteria for this lot
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