Notice Information
Notice Title
Provision of Security Services to Designated Accommodation Sites
Notice Description
Cornwall Council is seeking a qualified and trauma-informed security provider to deliver professional security services across designated supported accommodation schemes for individuals experiencing homelessness or at risk of rough sleeping. The successful supplier will provide static and mobile patrols, incident response, and emergency management across multiple sites in Cornwall. Services will be delivered by SIA-licensed personnel with enhanced DBS checks, working in collaboration with housing support teams and site managers to ensure the safety of service users, staff, and the wider community. This procurement is being conducted under the Light Touch Regime in accordance with the Procurement Act 2023, allowing procedural flexibility while maintaining transparency and equal treatment. The contract will run for an initial term of three (3) years, with an option to extend for a further three (3) years, offering a maximum potential duration of six (6) years.
Lot Information
Lot 1
Options: The contract includes an option to extend for a further three (3) years beyond the initial three-year term. Scope flexibility via Task Order Forms is integral to the contract and not considered an optional feature.
Renewal: The contract will commence on 1 April 2026 for an initial term of three (3) years. The Authority reserves the right to extend the contract for a further period of up to three (3) additional years, resulting in a maximum potential duration of six (6) years (3+3). Any extension will be subject to performance, funding availability, and the Authority's operational requirements. The extension mechanism is built into the contract terms and may be exercised at the Authority's sole discretion, in accordance with the Procurement Act 2023 and applicable regulations.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-058bf4
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/066596-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK12 - Procurement Termination Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79710000 - Security services
79713000 - Guard services
79715000 - Patrol services
Notice Value(s)
- Tender Value
- £4,092,869 £1M-£10M
- Lots Value
- £4,092,869 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Oct 20254 months ago
- Submission Deadline
- 26 Aug 2025Expired
- Future Notice Date
- 22 Aug 2025Expired
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 31 Mar 2029 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Cancelled
- Contracts Status
- Cancelled
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CORNWALL COUNCIL
- Additional Buyers
- Contact Name
- Andy Trout
- Contact Email
- andrew.trout@cornwall.gov.uk
- Contact Phone
- +441872322222
Buyer Location
- Locality
- TRURO
- Postcode
- TR1 3AY
- Post Town
- Truro
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK3 Cornwall and Isles of Scilly
- Small Region (ITL 3)
- TLK30 Cornwall and Isles of Scilly
- Delivery Location
- TLK3 Cornwall and Isles of Scilly
-
- Local Authority
- Cornwall
- Electoral Ward
- Truro Boscawen & Redannick
- Westminster Constituency
- Truro and Falmouth
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/066596-2025
20th October 2025 - Procurement termination notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/050558-2025
21st August 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/050455-2025
21st August 2025 - Pipeline notice on Find a Tender -
https://procontract.due-north.com//FileUploads/ViewAttachment?attachmentId=769a2282-877e-f011-813a-005056b64545&entityTypeId=b5c83c15-39cd-480e-b232-0e94cac4b464&attachmentTypeId=FtsDocument
Invitation to Tender (ITT) - Provision of Security Services to Designated Accommodation Sites This document sets out the full details of Cornwall Council's procurement for professional security services across supported accommodation schemes. It includes the scope of services, contract structure, procurement procedure under the Light Touch Regime (PA2023), evaluation criteria, service levels, KPIs, and instructions for tender submission. The ITT outlines both Stage 1 (PSQ) and Stage 2 (Final Tender) requirements and forms the basis for supplier responses. -
https://procontract.due-north.com//FileUploads/ViewAttachment?attachmentId=23db1fb6-8b7e-f011-813a-005056b64545&entityTypeId=b5c83c15-39cd-480e-b232-0e94cac4b464&attachmentTypeId=FtsDocument
Specification - Provision of Security Services to Designated Supported Accommodation Sites This document outlines the detailed service requirements for the delivery of professional security services across Cornwall Council's supported accommodation schemes. It includes the scope of services, operational expectations, staffing qualifications, safeguarding standards, emergency response protocols, and key performance indicators (KPIs). The specification defines the trauma-informed approach required, site-specific needs, and the flexible delivery model via Task Order Forms.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-058bf4-2025-10-20T10:20:24+01:00",
"date": "2025-10-20T10:20:24+01:00",
"ocid": "ocds-h6vhtk-058bf4",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "050455-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/050455-2025",
"datePublished": "2025-08-21T11:19:19+01:00",
"format": "text/html"
}
]
},
"parties": [
{
"id": "GB-PPON-PYRH-9827-DWLP",
"name": "Cornwall Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PYRH-9827-DWLP"
},
"address": {
"streetAddress": "County Hall",
"locality": "Truro",
"postalCode": "TR1 3AY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK30"
},
"contactPoint": {
"name": "Andy Trout",
"email": "andrew.trout@cornwall.gov.uk",
"telephone": "+441872322222"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.cornwall.gov.uk",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PYRH-9827-DWLP",
"name": "Cornwall Council"
},
"tender": {
"id": "DN715931",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Provision of Security Services to Designated Accommodation Sites",
"description": "Cornwall Council is seeking a qualified and trauma-informed security provider to deliver professional security services across designated supported accommodation schemes for individuals experiencing homelessness or at risk of rough sleeping. The successful supplier will provide static and mobile patrols, incident response, and emergency management across multiple sites in Cornwall. Services will be delivered by SIA-licensed personnel with enhanced DBS checks, working in collaboration with housing support teams and site managers to ensure the safety of service users, staff, and the wider community. This procurement is being conducted under the Light Touch Regime in accordance with the Procurement Act 2023, allowing procedural flexibility while maintaining transparency and equal treatment. The contract will run for an initial term of three (3) years, with an option to extend for a further three (3) years, offering a maximum potential duration of six (6) years.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79715000",
"description": "Patrol services"
},
{
"scheme": "CPV",
"id": "79713000",
"description": "Guard services"
},
{
"scheme": "CPV",
"id": "79710000",
"description": "Security services"
}
],
"deliveryAddresses": [
{
"region": "UKK3",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK3",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 4911443,
"amount": 4092869,
"currency": "GBP"
},
"procurementMethodDetails": "Competitive flexible procedure",
"mainProcurementCategory": "services",
"specialRegime": [
"lightTouch"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2032-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"status": "cancelled",
"value": {
"amountGross": 4911443,
"amount": 4092869,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "The contract will be awarded based on the Most Advantageous Tender using a Price per Quality Point (PQP) methodology. The evaluation comprises both quality and price elements, with the following weightings: Quality (100%): Assessed through responses to eight scored questions covering service delivery, workforce capability, risk management, value for money, innovation, and social value. Each question is weighted individually, with the total quality score contributing to the PQP calculation. Price: Evaluated as part of the PQP formula, where the supplier's total price is divided by their total quality score to determine value for money. The lowest PQP score identifies the most advantageous tender. Social value is embedded within the quality assessment and includes both quantitative and qualitative components. Suppliers must meet minimum compliance thresholds to be considered. please refer to the ITT document for details.",
"criteria": [
{
"type": "quality",
"name": "PQP",
"description": "The contract will be awarded based on the Most Advantageous Tender using a Price per Quality Point (PQP) methodology. The evaluation comprises both quality and price elements, with the following weightings: Quality (100%): Assessed through responses to eight scored questions covering service delivery, workforce capability, risk management, value for money, innovation, and social value. Each question is weighted individually, with the total quality score contributing to the PQP calculation. Price: Evaluated as part of the PQP formula, where the supplier's total price is divided by their total quality score to determine value for money. The lowest PQP score identifies the most advantageous tender. Social value is embedded within the quality assessment and includes both quantitative and qualitative components. Suppliers must meet minimum compliance thresholds to be considered."
}
]
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Suppliers must demonstrate appropriate legal and financial standing to deliver the contract. This includes: Confirmation of registration on the Central Digital Platform (CDP) with up-to-date core supplier information. Submission of exclusion information for the supplier and associated persons, including checks against the Cabinet Office debarment list. Evidence of economic and financial standing, assessed via independent credit rating reports and financial ratios (turnover, liquidity, gearing, and net profit margin). Minimum turnover requirement of PS1,700,000 per annum over the last two financial years. Minimum liquidity ratio of 1.0 and gearing ratio below 90%. Suppliers must hold or commit to holding appropriate insurance levels and SSIP accreditation (or equivalent). Where applicable, parent company guarantees or other securities may be required. Failure to meet these conditions may result in exclusion from the procurement process."
},
{
"type": "technical",
"description": "Suppliers must demonstrate sufficient technical and professional capability to deliver the required security services across multiple supported accommodation sites. This includes: Proven experience in delivering contracts of similar nature, scale, and complexity, particularly involving vulnerable service users and trauma-informed environments. Evidence of operational readiness and local presence in Cornwall, including staffing, supervision, and rapid response capabilities. A clear plan for managing TUPE transitions, onboarding inherited staff, and ensuring compliance with safeguarding, SIA licensing, and training requirements. Ability to mobilise services by the contract start date, including equipment, personnel, and site-specific arrangements. Completion of the Procurement Specific Questionnaire (PSQ), including scored responses on technical capacity, local infrastructure, and quality assurance mechanisms. Failure to meet these conditions may result in exclusion from the procurement process. please refer to the ITT document for details"
},
{
"description": "Suppliers are selected through a two-stage Competitive Flexible Procedure under the Light Touch Regime of the Procurement Act 2023. Stage 1 involves completion of a Procurement Specific Questionnaire (PSQ), which assesses: Compliance with exclusion grounds and registration on the Central Digital Platform. Legal, financial, and insurance standing. SIA Approved Contractor Scheme accreditation. Technical and professional capability, including relevant experience, local operational presence in Cornwall, and TUPE transition planning. Responses to scored PSQ questions are evaluated and moderated by a panel. The five highest scoring suppliers were shortlisted and invited to submit full tenders in Stage 2.",
"forReduction": true
}
]
},
"renewal": {
"description": "The contract will commence on 1 April 2026 for an initial term of three (3) years. The Authority reserves the right to extend the contract for a further period of up to three (3) additional years, resulting in a maximum potential duration of six (6) years (3+3). Any extension will be subject to performance, funding availability, and the Authority's operational requirements. The extension mechanism is built into the contract terms and may be exercised at the Authority's sole discretion, in accordance with the Procurement Act 2023 and applicable regulations."
},
"hasOptions": true,
"options": {
"description": "The contract includes an option to extend for a further three (3) years beyond the initial three-year term. Scope flexibility via Task Order Forms is integral to the contract and not considered an optional feature."
}
}
],
"communication": {
"futureNoticeDate": "2025-08-22T23:59:59+01:00"
},
"status": "cancelled",
"procurementMethod": "selective",
"procedure": {
"isAccelerated": true,
"acceleratedRationale": "Light touch contract",
"features": "This procurement is being conducted by Cornwall Council under the Competitive Flexible Procedure in accordance with Section 20 of the Procurement Act 2023 and the flexibilities afforded to Light Touch Contracts under Section 9 and Schedule 1 of the Procurement Regulations 2024. The contract concerns the provision of professional, trauma-informed security services to designated supported accommodation sites across Cornwall. The Authority has opted for a two-stage multistage process to ensure proportionality, manage bidder volume, and maintain high service standards. This approach is informed by prior market engagement and the volume of responses received in a previously abandoned procurement for similar services. Stage 1 invites all interested suppliers to submit a Procurement Specific Questionnaire (PSQ), which includes pass/fail criteria and scored sections assessing technical and professional capability, local operational presence, and TUPE transition planning. Up to five (5) suppliers will be shortlisted based on moderated scores and invited to participate in Stage 2. Stage 2 comprises the Invitation to Tender (ITT), where shortlisted suppliers submit final tenders. These will be evaluated using a Price per Quality Point (PQP) methodology to identify the Most Advantageous Tender. Quality criteria include service delivery, workforce capability, risk management, value for money, technology use, and social value. Price submissions must meet minimum hourly rate and cost ratio requirements. The procedure is designed to be transparent, competitive, and tailored to the complexity and sensitivity of the service, which involves safeguarding vulnerable individuals in high-risk environments. The Authority reserves the right to invite the next highest-ranked supplier(s) from Stage 1 if any shortlisted supplier withdraws or fails to submit a compliant tender. Modifications to the procurement and contract are permitted under Section 74(2) of the Act, reflecting the dynamic nature of the service and the need for operational flexibility via Task Order Forms. The contract will not be divided into Lots, as a single-provider model is deemed proportionate and necessary to ensure consistency, safeguarding compliance, and rapid mobilisation across multiple sites. This procedure aligns with PA2023 principles of equal treatment, transparency, and proportionality, and supports Cornwall Council's strategic objectives for community safety, public protection, and inclusive service delivery."
},
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "https://www.supplyingthesouthwest.org.uk - Search Latest Opportunities - Search for Project reference DN715931 Provision of Security Services to Designated Accommodation Sites",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-09-11T00:00:00+01:00",
"enquiryPeriod": {
"endDate": "2025-08-27T00:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-12-15T23:59:59+00:00"
},
"documents": [
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "Invitation to Tender (ITT) - Provision of Security Services to Designated Accommodation Sites This document sets out the full details of Cornwall Council's procurement for professional security services across supported accommodation schemes. It includes the scope of services, contract structure, procurement procedure under the Light Touch Regime (PA2023), evaluation criteria, service levels, KPIs, and instructions for tender submission. The ITT outlines both Stage 1 (PSQ) and Stage 2 (Final Tender) requirements and forms the basis for supplier responses.",
"url": "https://procontract.due-north.com//FileUploads/ViewAttachment?attachmentId=769a2282-877e-f011-813a-005056b64545&entityTypeId=b5c83c15-39cd-480e-b232-0e94cac4b464&attachmentTypeId=FtsDocument"
},
{
"id": "L-10",
"documentType": "biddingDocuments",
"description": "Specification - Provision of Security Services to Designated Supported Accommodation Sites This document outlines the detailed service requirements for the delivery of professional security services across Cornwall Council's supported accommodation schemes. It includes the scope of services, operational expectations, staffing qualifications, safeguarding standards, emergency response protocols, and key performance indicators (KPIs). The specification defines the trauma-informed approach required, site-specific needs, and the flexible delivery model via Task Order Forms.",
"url": "https://procontract.due-north.com//FileUploads/ViewAttachment?attachmentId=23db1fb6-8b7e-f011-813a-005056b64545&entityTypeId=b5c83c15-39cd-480e-b232-0e94cac4b464&attachmentTypeId=FtsDocument"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "050558-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/050558-2025",
"datePublished": "2025-08-21T14:34:36+01:00",
"format": "text/html"
},
{
"id": "066596-2025",
"documentType": "tenderCancellationNotice",
"noticeType": "UK12",
"description": "Procurement termination notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/066596-2025",
"datePublished": "2025-10-20T10:20:24+01:00",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "please refer to the ITT document appendix D with Contract terms and conditions"
},
"riskDetails": "please refer to section 9 of the ITT document"
},
"language": "en",
"awards": [
{
"id": "1",
"status": "cancelled",
"statusDetails": "The decision to terminate was made on 17th October 2025 and reflects a discrepancy identified in the assessment of the Stage 1 procurement process in respect of which the Council has received notice of potential legal challenge. As the Council is no longer able to maintain the integrity of the procurement process it has made the decision to terminate the process and re-tender in order to ensure the preservation of public funds. This re-tender will be scheduled to be published in a few week's time with an amendment to the PSQ.",
"finalStatusDate": "2025-10-17T00:00:00+01:00",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "1",
"awardID": "1",
"status": "cancelled"
}
]
}