Tender

Provision of Security Services to Designated Accommodation Sites

CORNWALL COUNCIL

This public procurement record has 1 release in its history.

Tender

19 Nov 2025 at 16:23

Summary of the contracting process

Cornwall Council is seeking bids for the Provision of Security Services across designated accommodation sites within Cornwall. This procurement process, conducted under the Tender stage, follows a prior process that was abandoned. The contract is set to commence on 1st July 2026 and will initially run for three years, with an option for extension up to six years in total. The purpose of the tender is to engage a skilled security provider offering static and mobile security services, with a requirement for personnel to be SIA-licensed and DBS-checked. The procurement method used is an Open Procedure under the Light Touch Regime aligned with the Procurement Act 2023. The final date for tender submission is 17th December 2025, and the winning bid is expected to be announced by 11th March 2026.

This tender presents lucrative opportunities for security companies aiming to expand their operations within the public sector, particularly those with experience in handling vulnerable individuals in supported accommodation environments. Ideal candidates would be those with a proven track record in providing comprehensive security services, including incident response and emergency management. With a maximum potential value exceeding £4 million, small to medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) that meet the financial and technical capacity requirements are encouraged to participate. The tender underscores quality and social value, offering businesses a platform to showcase innovation and strong service delivery capabilities.

How relevant is this notice?

Notice Information

Notice Title

Provision of Security Services to Designated Accommodation Sites

Notice Description

Cornwall Council is re-tendering the Provision of Security Services to Designated Accommodation Sites contract following the abandonment of the previous procurement process due to threat of legal challenge. Cornwall Council is seeking a qualified 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 right to additional purchases while the contract is valid. 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 1st July 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-05e4c4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/075392-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open 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
19 Nov 20252 weeks ago
Submission Deadline
17 Dec 20252 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Jun 2026 - 30 Jun 2029 3-4 years
Recurrence
2026-03-11

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
CORNWALL COUNCIL
Contact Name
Andy Trout
Contact Email
andrew.trout@cornwall.gov.uk
Contact Phone
01872 322222

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

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-05e4c4-2025-11-19T16:23:59Z",
    "date": "2025-11-19T16:23:59Z",
    "ocid": "ocds-h6vhtk-05e4c4",
    "initiationType": "tender",
    "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": "01872 322222"
            },
            "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 re-tendering the Provision of Security Services to Designated Accommodation Sites contract following the abandonment of the previous procurement process due to threat of legal challenge. Cornwall Council is seeking a qualified 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.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79713000",
                        "description": "Guard services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79715000",
                        "description": "Patrol services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79710000",
                        "description": "Security services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 4911443,
            "amount": 4092869,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "Light touch contract"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "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"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-12-17T00:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-12-05T00:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-11T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "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": "Quality Criteria",
                            "description": "Capability & Experience (25%) Capacity & Responsiveness (20%) Professionalism & Compliance (20%) Risk Management & Technology (10%) Pricing Justification & Sustainability (10%) Social value Parts A and B (15%) Please refer to the ITT for details"
                        }
                    ]
                },
                "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": "Bidders must demonstrate capability and experience in delivering security services within supported accommodation settings for vulnerable individuals.This includes but is not limited to: Relevant Experience Capacity & Responsiveness Professional Standards Risk Management & Technology Pricing Justification 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"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00+01:00",
                    "endDate": "2029-06-30T23:59:59+01:00",
                    "maxExtentDate": "2032-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will commence on 1st July 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 right to additional purchases while the contract is valid. 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."
                }
            }
        ],
        "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 tender requirements and forms the basis for supplier responses.",
                "url": "https://procontract.due-north.com//FileUploads/ViewAttachment?attachmentId=e453150b-62c5-f011-813a-005056b64545&entityTypeId=b5c83c15-39cd-480e-b232-0e94cac4b464&attachmentTypeId=FtsDocument"
            },
            {
                "id": "L-3",
                "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 approach required, site-specific needs, and the flexible delivery model via Task Order Forms.",
                "url": "https://procontract.due-north.com//FileUploads/ViewAttachment?attachmentId=158fe3bf-62c5-f011-813a-005056b64545&entityTypeId=b5c83c15-39cd-480e-b232-0e94cac4b464&attachmentTypeId=FtsDocument"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "075392-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/075392-2025",
                "datePublished": "2025-11-19T16:23:59Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2026-03-11T23:59:59+00:00"
                }
            ]
        },
        "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"
}