← Back to opportunities

CoLP Mounted Section - Architect

The Mayor and Commonalty and Citizens of the City of London

Buyer Contact Info

Buyer Name: The Mayor and Commonalty and Citizens of the City of London

Buyer Address: PO Box 270, City of London, UKI43, EC2P 2EJ, United Kingdom

Contact Email: jemma.borland@cityoflondon.gov.uk

Status
active
Procedure
open
Value
150000.0 GBP
Gross: 180000 GBP
Published
20 Jan 2026, 15:29
Deadline
16 Feb 2026, 23:59
Contract Start
n/a
Contract End
n/a
Category
services
CPV
71530000 - Construction consultancy services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

52 Aldgate High Street has been identified as a key site for the relocation and development of the Mounted Unit’s facilities. The plan involves combining the vacant plot at 52 Aldgate with the neighbouring properties at 50-51 Aldgate High Street to create a unified and functional space. Located in the City of London, this development aims to provide a practical and well-integrated solution to support the Mounted Unit’s operational needs. The project is currently in the initial feasibility and site assessment phase. 52 Aldgate presents a highly suitable location for the Mounted Unit due to a combination of operational, logistical, and strategic advantages. Its central position ensures immediate access to the Square Mile, enabling rapid deployment of officers for ceremonial duties, crowd management, and high-visibility policing. The site benefits from rear access, providing a discreet and practical entry point for day-to-day operations, including the secure movement of horses and equipment. Crucially, there is sufficient space at the rear of the site to accommodate the parking and manoeuvring of the Mounted Unit’s horse box, a key operational requirement. In addition, the site offers enough capacity to consolidate all horse welfare and stabling needs under one roof, improving efficiency and care standards. There is also the potential to build commercial accommodation above the proposed stables; this is subject to feasibility and viability testing but raises the possibility of raising income, subject to market response. Together, these factors make 52 Aldgate a rare and strategically valuable opportunity to establish a long-term, purpose-built base for the City of London Police Mounted Unit. At present, significant effort is focused on engaging with Transport for London (TfL), the key stakeholder and landowner, to thoroughly understand the current condition, boundaries, and legal status of the site. This includes a detailed investigation into the complex network of underground utilities and transport services that run beneath and adjacent to the site, which are critical to informing design parameters and mitigating potential risks related to construction. Coordination with the TfL is ongoing to secure accurate mapping, service locations, and any operational constraints that may impact the project timeline and technical approach. This phase is vital for establishing a clear understanding of site-specific challenges and opportunities, ensuring compliance with regulatory requirements, and setting the foundation for successful planning and delivery. Please see full Architect scope within tender documents.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/004931-2026

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 150,000

Lot 1 Value (Gross): GBP 180,000

Lot 1 Contract Start: 2026-03-30T00:00:00+01:00

Lot 1 Contract End: 2027-01-30T23:59:59+00:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Technical (45%)

Lot 1 Award Criterion (quality): Responsible Procurement (15%)

Lot 1 Award Criterion (cost): Price (40%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PYQD-1693-MYXR",
    "name": "The Mayor and Commonalty and Citizens of the City of London"
  },
  "date": "2026-01-20T15:29:53Z",
  "id": "004931-2026",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-060a37",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "City of London",
        "postalCode": "EC2P 2EJ",
        "region": "UKI43",
        "streetAddress": "PO Box 270"
      },
      "contactPoint": {
        "email": "jemma.borland@cityoflondon.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.cityoflondon.gov.uk"
      },
      "id": "GB-PPON-PYQD-1693-MYXR",
      "identifier": {
        "id": "PYQD-1693-MYXR",
        "scheme": "GB-PPON"
      },
      "name": "The Mayor and Commonalty and Citizens of the City of London",
      "roles": [
        "buyer"
      ]
    }
  ],
  "planning": {
    "noEngagementNoticeRationale": "The City has not conducted any Preliminary Market Engagement prior to the issuing of the Tender Notice, due to the following:\nPre-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.\nSufficient 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."
  },
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-03-23T23:59:59+00:00"
    },
    "contractTerms": {
      "financialTerms": "refer to contract documents"
    },
    "coveredBy": [
      "GPA",
      "CPTPP"
    ],
    "description": "52 Aldgate High Street has been identified as a key site for the relocation and development of the Mounted Unit\u2019s facilities. The plan involves combining the vacant plot at 52 Aldgate with the neighbouring properties at 50-51 Aldgate High Street to create a unified and functional space. Located in the City of London, this development aims to provide a practical and well-integrated solution to support the Mounted Unit\u2019s operational needs. The project is currently in the initial feasibility and site assessment phase.\n52 Aldgate presents a highly suitable location for the Mounted Unit due to a combination of operational, logistical, and strategic advantages. Its central position ensures immediate access to the Square Mile, enabling rapid deployment of officers for ceremonial duties, crowd management, and high-visibility policing. The site benefits from rear access, providing a discreet and practical entry point for day-to-day operations, including the secure movement of horses and equipment.\nCrucially, there is sufficient space at the rear of the site to accommodate the parking and manoeuvring of the Mounted Unit\u2019s horse box, a key operational requirement. In addition, the site offers enough capacity to consolidate all horse welfare and stabling needs under one roof, improving efficiency and care standards. There is also the potential to build commercial accommodation above the proposed stables; this is subject to feasibility and viability testing but raises the possibility of raising income, subject to market response.\nTogether, these factors make 52 Aldgate a rare and strategically valuable opportunity to establish a long-term, purpose-built base for the City of London Police Mounted Unit.\nAt present, significant effort is focused on engaging with Transport for London (TfL), the key stakeholder and landowner, to thoroughly understand the current condition, boundaries, and legal status of the site. This includes a detailed investigation into the complex network of underground utilities and transport services that run beneath and adjacent to the site, which are critical to informing design parameters and mitigating potential risks related to construction. Coordination with the TfL is ongoing to secure accurate mapping, service locations, and any operational constraints that may impact the project timeline and technical approach. This phase is vital for establishing a clear understanding of site-specific challenges and opportunities, ensuring compliance with regulatory requirements, and setting the foundation for successful planning and delivery.\nPlease see full Architect scope within tender documents.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2026-01-20T15:29:53Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "004931-2026",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/004931-2026"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2026-02-09T23:59:00+00:00"
    },
    "id": "ocds-h6vhtk-060a37",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Construction consultancy services",
            "id": "71530000",
            "scheme": "CPV"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Q1. Experience 30%\nQ2. Team and Resources 25%\nQ3. Interpretation of Brief 25%\nQ4. Project Risks 20%\nQ5. Interview 20%\n(all suppliers will be invited to an interview on 24th February 2026)",
              "name": "Technical",
              "numbers": [
                {
                  "number": 45,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Q1 - Climate Action 40%\nQ2 - (a) - Social Value PASS/FAIL\nQ2 - (b) - Social Value 60%\nSee full questions within tender documents.",
              "name": "Responsible Procurement",
              "numbers": [
                {
                  "number": 15,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "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:\nLowest Net Price = maximumpoints\nLowest Net Price\n--------------------- X maximum points available\nBidders Net Price\nSee pricing schedule within tender documents.",
              "name": "Price",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2027-01-30T23:59:59+00:00",
          "startDate": "2026-03-30T00:00:00+01:00"
        },
        "id": "1",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Q1. Vetting\nDue to the sensitive nature of the Mounted Unit Accomodation project, all personnel proposed for this project must hold both of the following security clearances at the time of tender submission:\n- Non-Police Personnel Vetting (NPPV) Level 3\n- Security Clearance (SC)\nImportant: Only certificates issued by a UK police authority will be accepted.\nEvidence Required (for Pass)\n1. A list of all named individuals proposed for this project, including their roles.\n2. A copy of the official clearance certificate for each individual, showing:\n- Valid NPPV Level 3 clearance\n- Valid SC clearance- Issued by a UK police authority",
              "type": "economic"
            },
            {
              "description": "refer to tender documents",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "value": {
          "amount": 150000,
          "amountGross": 180000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "riskDetails": "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).",
    "status": "active",
    "submissionMethodDetails": "https://cityoflondon.ukp.app.jaggaer.com",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2026-02-16T23:59:00+00:00"
    },
    "title": "CoLP Mounted Section - Architect",
    "value": {
      "amount": 150000,
      "amountGross": 180000,
      "currency": "GBP"
    }
  }
}