Award

TENDER FOR THE PROVISION OF LOCK, UNLOCK, KEY HOLDING AND ALARM RESPONSE SERVICES T21/22-037

LISBURN AND CASTLEREAGH CITY COUNCIL

This public procurement record has 2 releases in its history.

AwardUpdate

08 Apr 2025 at 07:58

Award

08 May 2024 at 09:04

Summary of the contracting process

Lisburn and Castlereagh City Council has completed a procurement process for the provision of lock, unlock, key holding, and alarm response services under the tender titled T21/22-037. The services fall under the industry category of security services (CPV Code: 79710000). The contract was awarded on 8 April 2025, following a tender process initiated to replace a suddenly terminated contract. The services will cover multiple locations including Dundonald Ice Bowl and Bradford Court, as well as the council's parks and amenities. The procurement stage was at the award and contract status phase, with the value of the contract amounting to £11,363,315.57 and having a duration of 720 days. The selected supplier for this contract is Cobra Specialist Security Services, based in Lisburn, UK.

This tender presents significant opportunities for businesses in the security services sector, particularly those able to provide comprehensive facilities management and rapid response services. Companies experienced in managing large, distributed site portfolios with requirements for key holding, security response, and general maintenance could see substantial business growth. It’s an ideal opportunity for large-scale security firms looking to expand their public sector contracts, especially those with capabilities in both security personnel services and facilities maintenance, including cleaning and minor inspections. The continuity and extension of services in response to unforeseen circumstances underscore the importance of reliability and adaptability in winning such contracts.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

TENDER FOR THE PROVISION OF LOCK, UNLOCK, KEY HOLDING AND ALARM RESPONSE SERVICES T21/22-037

Notice Description

The council require a Lock and Unlock Service for its Parks and Amenities and a Key holding and alarm response and open/close of Dundonald Ice bowl and Bradford Court. This contract is in the form of 3 Lots; Lot 1 Open / Close with visual inspection, litter lift and disposal. Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleaning. Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court.

Lot Information

Lot 1 Open / Close with visual inspection, litter lift and disposal.

Lot 1 Open / Close with visual inspection, litter lift and disposal.

Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleaning.

Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleaning.

Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court.

Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court.

Lot 1

The council require a Lock and Unlock Service for its Parks and Amenities and a Key holding and alarm response and open/close of Dundonald Ice bowl and Bradford Court. This contract is in the form of 3 Lots; Lot 1 Open / Close with visual inspection, litter lift and disposal. Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleaning. Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court

Procurement Information

Regulation 72(1)(c) permits this modification, due to unforeseen circumstances which a diligent contracting authority could not have foreseen, the overall nature of the contract is not altered and Modification value does not exceed 50 % of the original contract value (i) the need for modification has been brought about by circumstances which a diligent contracting authority could not have foreseen; Due to the unforeseen termination of a Contract between the LCCC and Hi-Tech, with termination notice being provided 30 days in advance. Due to the unexpected termination of the Contract, the Council, despite their best efforts, did not have sufficient time to carry out a tender exercise. To ensure continuity of services, avoidance of reputational damage and on health and safety grounds, it was agreed to invoke an emergency appointment of a new Contractor. Upon evaluation, the best option for maintaining the delivery of services, compliance with the relevant procurement regulations as well as value for money would be achieved by modifying an existing contract between LCCC and Cobra to incorporate the additional duties following the termination of the previous Contract with Hi-Tech. Other contracts were considered however were not suitable. Regulation 72(1) (b) further permits this as a change of provider: (i) cannot be made for economic and technical reasons as requirements of interchangeability or interoperability of services procured under the original procurement and given the need to ensure continued services; and (ii) will cause significant inconvenience and duplication of costs. It has also been brought about by unforeseen inflationary pressures and in particular wage inflation. (ii) the modification does not alter the overall nature of the contract; Regulation 72(1)(c) permits this extension as the overall nature of the contract is not altered. The modification does not alter the existing contract with Cobra as similar duties are carried out under their current contract, such as: - Opening/closing of facilities - Litter picking - Cleaning of welfare facilities - Building/facility inspections - Legionella flushing of facilities. - Playing surface inspections There is extension to the number of sites and the additional services Cobra will be responsible for following this modification include, but are not limited to: - Erecting corner flags for pitches - Rolling out of roll-away football goal nets. - Extension of cleaning to include changing facilities. Due to unforeseen inflationary pressures, combined with the increase in minimum/living wage an uplift will be applied to the originally tendered hourly of 14.9% for the existing services and 22.2% for the additional duties performed by way of the variation of the contract. (iii) any increase in price does not exceed 50% of the value of the original contract or framework agreement. The increase in the expenditure in the contract brought about through the increase in services and the increase in the minimum/living wage will not exceed 50% of the value of the original contract and indeed is currently estimated to fall within the levels permitted under Regulation 72 (5) but notwithstanding this notice is published in the interest of transparency.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0457cb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013529-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79710000 - Security services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£12,499,630 £10M-£100M

Notice Dates

Publication Date
8 Apr 202510 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
28 Mar 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
LISBURN AND CASTLEREAGH CITY COUNCIL
Contact Name
Andrew Hegan
Contact Email
andrew.hegan@lisburncastlereagh.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LISBURN
Postcode
BT27 4RL
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN0E Lisburn and Castlereagh
Delivery Location
TLN0E Lisburn and Castlereagh

Local Authority
Lisburn and Castlereagh
Electoral Ward
Hillhall
Westminster Constituency
Lagan Valley

Supplier Information

Number of Suppliers
1
Supplier Name

COBRA SPECIALIST SECURITY SERVICES

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0457cb-2025-04-08T08:58:38+01:00",
    "date": "2025-04-08T08:58:38+01:00",
    "ocid": "ocds-h6vhtk-0457cb",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0457cb",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "TENDER FOR THE PROVISION OF LOCK, UNLOCK, KEY HOLDING AND ALARM RESPONSE SERVICES T21/22-037",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79710000",
            "description": "Security services"
        },
        "mainProcurementCategory": "services",
        "description": "The council require a Lock and Unlock Service for its Parks and Amenities and a Key holding and alarm response and open/close of Dundonald Ice bowl and Bradford Court. This contract is in the form of 3 Lots; Lot 1 Open / Close with visual inspection, litter lift and disposal. Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleaning. Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court.",
        "lots": [
            {
                "id": "Lot 1 Open / Close with visual inspection, litter lift and disposal.",
                "title": "Lot 1 Open / Close with visual inspection, litter lift and disposal.",
                "description": "Lot 1 Open / Close with visual inspection, litter lift and disposal.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "name": "Cost",
                            "type": "cost",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false
            },
            {
                "id": "Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleani",
                "title": "Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleaning.",
                "description": "Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleaning.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "name": "Cost",
                            "type": "cost",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false
            },
            {
                "id": "Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court.",
                "title": "Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court.",
                "description": "Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "name": "Cost",
                            "type": "cost",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false
            },
            {
                "id": "1",
                "description": "The council require a Lock and Unlock Service for its Parks and Amenities and a Key holding and alarm response and open/close of Dundonald Ice bowl and Bradford Court. This contract is in the form of 3 Lots; Lot 1 Open / Close with visual inspection, litter lift and disposal. Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleaning. Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court",
                "contractPeriod": {
                    "durationInDays": 720
                }
            }
        ],
        "items": [
            {
                "id": "Lot 1 Open / Close with visual inspection, litter lift and disposal.",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79710000",
                        "description": "Security services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0E"
                    }
                ],
                "relatedLot": "Lot 1 Open / Close with visual inspection, litter lift and disposal."
            },
            {
                "id": "Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleani",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79710000",
                        "description": "Security services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0E"
                    }
                ],
                "relatedLot": "Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleani"
            },
            {
                "id": "Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court.",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79710000",
                        "description": "Security services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0E"
                    }
                ],
                "relatedLot": "Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court."
            },
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKN0E"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "Regulation 72(1)(c) permits this modification, due to unforeseen circumstances which a diligent contracting authority could not have foreseen, the overall nature of the contract is not altered and Modification value does not exceed 50 % of the original contract value (i) the need for modification has been brought about by circumstances which a diligent contracting authority could not have foreseen; Due to the unforeseen termination of a Contract between the LCCC and Hi-Tech, with termination notice being provided 30 days in advance. Due to the unexpected termination of the Contract, the Council, despite their best efforts, did not have sufficient time to carry out a tender exercise. To ensure continuity of services, avoidance of reputational damage and on health and safety grounds, it was agreed to invoke an emergency appointment of a new Contractor. Upon evaluation, the best option for maintaining the delivery of services, compliance with the relevant procurement regulations as well as value for money would be achieved by modifying an existing contract between LCCC and Cobra to incorporate the additional duties following the termination of the previous Contract with Hi-Tech. Other contracts were considered however were not suitable. Regulation 72(1) (b) further permits this as a change of provider: (i) cannot be made for economic and technical reasons as requirements of interchangeability or interoperability of services procured under the original procurement and given the need to ensure continued services; and (ii) will cause significant inconvenience and duplication of costs. It has also been brought about by unforeseen inflationary pressures and in particular wage inflation. (ii) the modification does not alter the overall nature of the contract; Regulation 72(1)(c) permits this extension as the overall nature of the contract is not altered. The modification does not alter the existing contract with Cobra as similar duties are carried out under their current contract, such as: - Opening/closing of facilities - Litter picking - Cleaning of welfare facilities - Building/facility inspections - Legionella flushing of facilities. - Playing surface inspections There is extension to the number of sites and the additional services Cobra will be responsible for following this modification include, but are not limited to: - Erecting corner flags for pitches - Rolling out of roll-away football goal nets. - Extension of cleaning to include changing facilities. Due to unforeseen inflationary pressures, combined with the increase in minimum/living wage an uplift will be applied to the originally tendered hourly of 14.9% for the existing services and 22.2% for the additional duties performed by way of the variation of the contract. (iii) any increase in price does not exceed 50% of the value of the original contract or framework agreement. The increase in the expenditure in the contract brought about through the increase in services and the increase in the minimum/living wage will not exceed 50% of the value of the original contract and indeed is currently estimated to fall within the levels permitted under Regulation 72 (5) but notwithstanding this notice is published in the interest of transparency."
    },
    "awards": [
        {
            "id": "014617-2024-1-1",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-113087",
                    "name": "Cobra Specialist Security Services"
                }
            ]
        },
        {
            "id": "013529-2025-1-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-113087",
                    "name": "Cobra Specialist Security Services"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-563",
            "name": "Lisburn and Castlereagh City Council",
            "identifier": {
                "legalName": "Lisburn and Castlereagh City Council"
            },
            "address": {
                "streetAddress": "Island Civic Centre Lagan Valley Island The Island",
                "locality": "Lisburn",
                "region": "UK",
                "postalCode": "BT27 4RL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Andrew Hegan",
                "email": "andrew.hegan@lisburncastlereagh.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-113087",
            "name": "Cobra Specialist Security Services",
            "identifier": {
                "legalName": "Cobra Specialist Security Services"
            },
            "address": {
                "locality": "Lisburn",
                "region": "UKN0E",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "david@cobrasecurity.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://cobrasecurity.co.uk/",
                "scale": "large"
            },
            "additionalContactPoints": [
                {
                    "email": "andrew.hegan@lisburncastlereagh.gov.uk"
                }
            ]
        },
        {
            "id": "GB-FTS-1860",
            "name": "The High Court",
            "identifier": {
                "legalName": "The High Court"
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-563",
        "name": "Lisburn and Castlereagh City Council"
    },
    "contracts": [
        {
            "id": "014617-2024-1-1",
            "awardID": "014617-2024-1-1",
            "status": "active",
            "value": {
                "amount": 1136315.57,
                "currency": "GBP"
            },
            "dateSigned": "2024-03-28T00:00:00Z"
        },
        {
            "id": "013529-2025-1-1",
            "awardID": "013529-2025-1-1",
            "status": "active",
            "value": {
                "amount": 11363315.57,
                "currency": "GBP"
            },
            "dateSigned": "2024-03-28T00:00:00Z",
            "period": {
                "durationInDays": 720
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "79710000",
                        "description": "Security services"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UKN0E"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "2",
                    "description": "Regulation 72(1)(c) permits this modification, due to unforeseen circumstances which a diligent contracting authority could not have foreseen, the overall nature of the contract is not altered and Modification value does not exceed 50 % of the original contract value (i) the need for modification has been brought about by circumstances which a diligent contracting authority could not have foreseen; Modification to the Contract has been brought about due to the unforeseen termination of a Contract between the LCCC and Hi-Tech, with termination notice being provided 30 days in advance. Due to the unexpected termination of the Contract, the Council, despite their best efforts, did not have sufficient time to carry out a tender exercise. In order to ensure the continuity of services, avoidance of reputational damage and on health and safety grounds, it was agreed to invoke an emergency appointment of a new Contractor. Upon evaluation, the best option for maintaining the delivery of services, compliance with the relevant procurement regulations as well as value for money would be achieved by modifying an existing contract between LCCC and Cobra in order to incorporate the additional duties following the termination of the previous Contract with Hi-Tech. Other contracts were considered however were not suitable. Regulation 72(1) (b) further permits this as a change of provider: (i) cannot be made for economic and technical reasons as requirements of interchangeability or interoperability of services procured under the original procurement and given the need to ensure continued services; and (ii) will cause significant inconvenience and duplication of costs. It has also been brought about by unforeseen inflationary pressures and in particular wage inflation. (ii) the modification does not alter the overall nature of the contract; Regulation 72(1)(c) permits this extension as the overall nature of the contract is not altered. The modification does not alter the existing contract with Cobra as similar duties are carried out under their current contract, such as: - Opening/closing of facilities - Litter picking - Cleaning of welfare facilities - Building/facility inspections - Legionella flushing of facilities. - Playing surface inspections There is extension to the number of sites and the additional services Cobra will be responsible for following this modification include, but are not limited to: - Erecting corner flags for pitches - Rolling out of roll-away football goal nets. - Extension of cleaning to include changing facilities. Due to unforeseen inflationary pressures, combined with the increase in minimum/living wage an uplift will be applied to the originally tendered hourly of 14.9% for the existing services and 22.2% for the additional duties performed by way of the variation of the contract. (iii) any increase in price does not exceed 50% of the value of the original contract or framework agreement. The increase in the expenditure in the contract brought about through the increase in services and the increase in the minimum/living wage will not exceed 50% of the value of the original contract and indeed is currently estimated to fall within the levels permitted under Regulation 72 (5) but notwithstanding this notice is published in the interest of transparency.",
                    "rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: Regulation 72(1)(c) permits this modification, due to unforeseen circumstances which a diligent contracting authority could not have foreseen, the overall nature of the contract is not altered and Modification value does not exceed 50 % of the original contract value (i) the need for modification has been brought about by circumstances which a diligent contracting authority could not have foreseen; Modification to the Contract has been brought about due to the unforeseen termination of a Contract between the LCCC and Hi-Tech, with termination notice being provided 30 days in advance. Due to the unexpected termination of the Contract, the Council, despite their best efforts, did not have sufficient time to carry out a tender exercise. In order to ensure the continuity of services, avoidance of reputational damage and on health and safety grounds, it was agreed to invoke an emergency appointment of a new Contractor. Upon evaluation, the best option for maintaining the delivery of services, compliance with the relevant procurement regulations as well as value for money would be achieved by modifying an existing contract between LCCC and Cobra in order to incorporate the additional duties following the termination of the previous Contract with Hi-Tech. Other contracts were considered however were not suitable. Regulation 72(1) (b) further permits this as a change of provider: (i) cannot be made for economic and technical reasons as requirements of interchangeability or interoperability of services procured under the original procurement and given the need to ensure continued services; and (ii) will cause significant inconvenience and duplication of costs. It has also been brought about by unforeseen inflationary pressures and in particular wage inflation. (ii) the modification does not alter the overall nature of the contract; Regulation 72(1)(c) permits this extension as the overall nature of the contract is not altered. The modification does not alter the existing contract with Cobra as similar duties are carried out under their current contract, such as: - Opening/closing of facilities - Litter picking - Cleaning of welfare facilities - Building/facility inspections - Legionella flushing of facilities. - Playing surface inspections There is extension to the number of sites and the additional services Cobra will be responsible for following this modification include, but are not limited to: - Erecting corner flags for pitches - Rolling out of roll-away football goal nets. - Extension of cleaning to include changing facilities. Due to unforeseen inflationary pressures, combined with the increase in minimum/living wage an uplift will be applied to the originally tendered hourly of 14.9% for the existing services and 22.2% for the additional duties performed by way of the variation of the contract. (iii) any increase in price does not exceed 50% of the value of the original contract or framework agreement. The increase in the expenditure in the contract brought about through the increase in services and the increase in the minimum/living wage will not exceed 50% of the value of the original contract and indeed is currently estimated to fall within the levels permitted under Regulation 72 (5) but notwithstanding this notice is published in the interest of transparency."
                }
            ]
        }
    ],
    "language": "en"
}