Tender

(Physical , On-Site) Security Services Framework

LONDON LEGACY DEVELOPMENT CORPORATION

This public procurement record has 1 release in its history.

Tender

06 Feb 2026 at 16:05

Summary of the contracting process

The London Legacy Development Corporation has initiated a public tendering process for a "Physical, On-Site Security Services Framework" to be used by multiple organisations. This framework is classified under the services category in the security services industry, identified by the CPV code 79710000. The contracting authority is situated in London, UK, and this process is currently in the tender stage, with several important dates to note. The deadline for expressing interest is set for 5th March 2026, with the enquiry period ending on 23rd February 2026. The procurement will feature an open competitive procedure with a two-stage process starting with a Supplier Selection Questionnaire followed by an Invitation to Tender for shortlisted candidates. The contract period is from 30th July 2026 to 29th July 2030.

This tender represents a substantial opportunity for businesses in the security services sector, offering a framework valued at up to £50 million over a four-year term. It is particularly suitable for companies capable of servicing multiple contracts and offering tailored security solutions in different organisational settings. Successful bidders will benefit from a sole-supplier agreement, allowing them to secure ongoing work directly from LLDC and other associated bodies such as the London Stadium 185. Companies looking to expand their portfolio within the UK's capital can leverage the exposure and potential growth this significant framework provides. The payment models are flexible, with rate cards determined at the tender stage while adhering to the London Living Wage, providing a structured yet adaptable commercial environment for the winning supplier.

How relevant is this notice?

Notice Information

Notice Title

(Physical , On-Site) Security Services Framework

Notice Description

Single physical, on-site security services Framework that will be accessible to multiple separate organisations for the delivery of their security guarding capability. At contract commencement, each organisation will operate independently, with its own dedicated security officers, supervisory arrangements, and CCTV operator provision. Service delivery, governance, and performance management will therefore be distinct for each organisation at the outset. LLDC is estimating to spend PS4m per year, while LS185 around PS1m. The notice is set to PS50m, to allow for additional security services as well as maximum allowance for the 4 year period. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Security-services./9895P4MAHD To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/9895P4MAHD

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-064a83
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011118-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
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

Notice Value(s)

Tender Value
£50,000,000 £10M-£100M
Lots Value
£50,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Feb 20263 days ago
Submission Deadline
23 Feb 20262 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
29 Jul 2026 - 29 Jul 2030 4-5 years
Recurrence
Not specified

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
LONDON LEGACY DEVELOPMENT CORPORATION
Contact Name
Fotis Bountalis
Contact Email
procurement@londonlegacy.co.uk
Contact Phone
070000000

Buyer Location

Locality
LONDON
Postcode
E20 1JN
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI41 Hackney and Newham
Delivery Location
TLI4 Inner London - East

Local Authority
Newham
Electoral Ward
Stratford Olympic Park
Westminster Constituency
Stratford and Bow

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-064a83-2026-02-06T16:05:31Z",
    "date": "2026-02-06T16:05:31Z",
    "ocid": "ocds-h6vhtk-064a83",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PRCL-4221-CWJR",
            "name": "London Legacy Development Corporation",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PRCL-4221-CWJR"
            },
            "address": {
                "streetAddress": "05 Endeavour Square, Level 09",
                "locality": "London",
                "postalCode": "E20 1JN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI41"
            },
            "contactPoint": {
                "name": "Fotis Bountalis",
                "email": "Procurement@londonlegacy.co.uk",
                "telephone": "070000000"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PRCL-4221-CWJR",
        "name": "London Legacy Development Corporation"
    },
    "tender": {
        "id": "PIP-25807-01",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "(Physical , On-Site) Security Services Framework",
        "description": "Single physical, on-site security services Framework that will be accessible to multiple separate organisations for the delivery of their security guarding capability. At contract commencement, each organisation will operate independently, with its own dedicated security officers, supervisory arrangements, and CCTV operator provision. Service delivery, governance, and performance management will therefore be distinct for each organisation at the outset. LLDC is estimating to spend PS4m per year, while LS185 around PS1m. The notice is set to PS50m, to allow for additional security services as well as maximum allowance for the 4 year period. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Security-services./9895P4MAHD To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/9895P4MAHD",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79710000",
                        "description": "Security services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI4",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 60000000,
            "amount": 50000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The Authority will run a two-stage flexible procedure comprising a Supplier Selection Questionnaire (SSQ) followed by an Invitation to Tender (ITT) for shortlisted bidders. Stage 1 - Supplier Selection Questionnaire (SSQ) Suppliers will submit their SSQ response, including all required technical evidence (ITT Submissions). All SSQ Stage technical quality will be assessed at this stage, with suppliers submitting: During the SSQ clarification period, suppliers may raise queries on the draft framework documents. The Authority will undertake a full technical evaluation at this stage; suppliers will not be required to repeat this evidence later in the process Shortlisting thresholds: Top three ranked suppliers (with the option to include the 4th if within 2% and scoring at least 60% up to authority's discretion). Stage 2 - Invitation to Tender (ITT) Shortlisted bidders will be invited to the ITT, which will focus on methodology clarification and commercial assessment. No SSQ evidence will be resubmitted; the ITT will solely build on the defined scenarios. ITT submissions will include: Presentation of methodology, written responses, and commercial model. all ITT STAGE docs are provided for visibility. The highest scored bidder will be the successful supplier"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "participationFees": [
            {
                "id": "ocds-h6vhtk-064a83",
                "type": [
                    "win"
                ],
                "description": "N/A"
            }
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "method": "withoutReopeningCompetition",
                "type": "open",
                "buyerCategories": "THE LONDON LEGACY DEVELOPMENT CORPORATION (LLDC) Group EAST BANK (Manco & Partners) 3 MILLS STUDIOS ROYAL DOCKS (GLA) AND LONDON STADIUM 185 (LS185)",
                "description": "The Framework will operate as a sole-supplier agreement but multiple contracting authorities, enabling LLDC and other bodies to commission security services through a compliant direct award, Prices will be determined using the Framework Rate Cards submitted at tender stage, with further refinement or task-specific pricing carried out at call-off stage subject to London Living Wage",
                "buyerLocationRestrictions": [
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKI4"
                            ]
                        }
                    }
                ]
            }
        },
        "submissionMethodDetails": "https://www.delta-esourcing.com/respond/9895P4MAHD",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-03-05T11:00:00+00:00",
        "enquiryPeriod": {
            "endDate": "2026-02-23T11:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-04-15T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 60000000,
                    "amount": 50000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "ITT STAGE: In-Person Presentation",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "ITT STAGE Commercial Model",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "ITT STAGE: Written Module",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "SSQ stage bidders will be assessed on their Financial standings (Finance review process is explained on Volume 0 of the SSQ docs)"
                        },
                        {
                            "type": "technical",
                            "description": "SSQ stage bidders will be evaluated on their SSQ technical & social value responses"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-07-30T00:00:00+01:00",
                    "endDate": "2030-07-29T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1010162001",
                "documentType": "biddingDocuments",
                "description": "Please join the Delta Sourcing Portal to see the tender documentations, You will find the SSQ stage and a zip versions of the ITT Stage for visibility",
                "url": "https://www.delta-esourcing.com/respond/9895P4MAHD"
            },
            {
                "id": "L-1010162691",
                "documentType": "technicalSpecifications",
                "description": "the technical specifications of the Framework will be found in the Volume 1- Security Specifications within the Delta e 'sourcing portal",
                "url": "https://www.delta-esourcing.com/respond/9895P4MAHD"
            },
            {
                "id": "011118-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/011118-2026",
                "datePublished": "2026-02-06T16:05:31Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}