Architect Appointment for CoLP ​​Tactical Firearms Training Facility​

A Tender Notice
by THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON

Source
Find a Tender
Type
Contract (Services)
Duration
9 month
Value
£375K
Sector
CONSTRUCTION
Published
14 Apr 2025
Delivery
23 Jun 2025 to 31 Mar 2026
Deadline
09 May 2025 11:00

Concepts

Location

London:

Geochart for 1 buyers and 0 suppliers

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 Architect services which inlude the below core services: A. Act as an Architect and Lead Designer for the project during RIBA Stage 1-4. Acting as the client monitoring agent post RIBA stage 4 to completion. B. Develop the full traditional design and specification to RIBA Stages 1-3; Procurement Strategy of Stage 1 of Two Stage Procurement, Tender Documentation of Stage 1 and Tender Action; and Procurement Strategy of Stage 2 of Two Stage Procurement, Documentation Review of Stage 2 and Tender Action. Ensure designs are compliant with: all relevant building and safety regulations including building and fire regulation. D. Advise on any exclusions and fees for any additional deliverables E. If necessary draft applications and engage in negotiations for building permissions and all approvals as necessary (e.g. Planning, Building Control, Network Rail, Party Wall awards, Access licences, etc.) F. So far as is reasonably practicable, take account of any proposals for legislation published by government or the European Union or legislation which is enacted but not yet brought into force, insofar as it is likely to affect the architectural design of the Development or the cost in use of the Development. G. Consult with the CoLC as to whether and if so, how such prospective legislative change should be taken into account in the architectural design of the Development. Individuals working on this project must have received their Non-Police Personal Vetting level 3 and Security Clearance. Please see full scope of services within tender documents.

Award Criteria

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 documents
Responsible Procurement Q1 - Climate Action Q2 (a) - Social Value Q2 (B) - Social Value See full questions within tender documents.
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 points Lowest Net Price --------------------- X maximum points available Bidders Net Price See pricing schedule within tender documents.

CPV Codes

  • 71530000 - Construction consultancy services

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. **

Reference

Domains