← Back to opportunities

Provision of Security Services to Designated Accommodation Sites

Cornwall Council

Buyer Contact Info

Buyer Name: Cornwall Council

Buyer Address: County Hall, Truro, UKK30, TR1 3AY, United Kingdom

Contact Name: Andy Trout

Contact Email: andrew.trout@cornwall.gov.uk

Contact Telephone: 01872 322222

Status
active
Procedure
open
Value
4092869.0 GBP
Gross: 4911443 GBP
Published
19 Nov 2025, 16:23
Deadline
17 Dec 2025, 00:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
79713000 - Guard services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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.

Linked Documents

Select a document to preview.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/075392-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Has Options: Yes

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.

Lot 1 Value: GBP 4,092,869

Lot 1 Value (Gross): GBP 4,911,443

Lot 1 Contract Start: 2026-07-01T00:00:00+01:00

Lot 1 Contract End: 2029-06-30T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Quality Criteria

Documents

Document 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.

Document 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.

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PYRH-9827-DWLP",
    "name": "Cornwall Council"
  },
  "date": "2025-11-19T16:23:59Z",
  "id": "075392-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05e4c4",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Truro",
        "postalCode": "TR1 3AY",
        "region": "UKK30",
        "streetAddress": "County Hall"
      },
      "contactPoint": {
        "email": "andrew.trout@cornwall.gov.uk",
        "name": "Andy Trout",
        "telephone": "01872 322222"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "http://www.cornwall.gov.uk"
      },
      "id": "GB-PPON-PYRH-9827-DWLP",
      "identifier": {
        "id": "PYRH-9827-DWLP",
        "scheme": "GB-PPON"
      },
      "name": "Cornwall Council",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-03-11T23:59:59+00:00"
    },
    "contractTerms": {
      "financialTerms": "please refer to the ITT document appendix D with Contract terms and conditions"
    },
    "coveredBy": [
      "GPA"
    ],
    "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.\nCornwall 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.",
    "documents": [
      {
        "description": "Invitation to Tender (ITT) - Provision of Security Services to Designated Accommodation Sites\nThis document sets out the full details of Cornwall Council\u0027s 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.",
        "documentType": "biddingDocuments",
        "id": "L-1",
        "url": "https://procontract.due-north.com//FileUploads/ViewAttachment?attachmentId=e453150b-62c5-f011-813a-005056b64545\u0026entityTypeId=b5c83c15-39cd-480e-b232-0e94cac4b464\u0026attachmentTypeId=FtsDocument"
      },
      {
        "description": "Specification - Provision of Security Services to Designated Supported Accommodation Sites\nThis document outlines the detailed service requirements for the delivery of professional security services across Cornwall Council\u0027s 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.",
        "documentType": "biddingDocuments",
        "id": "L-3",
        "url": "https://procontract.due-north.com//FileUploads/ViewAttachment?attachmentId=158fe3bf-62c5-f011-813a-005056b64545\u0026entityTypeId=b5c83c15-39cd-480e-b232-0e94cac4b464\u0026attachmentTypeId=FtsDocument"
      },
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-11-19T16:23:59Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "075392-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/075392-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-12-05T00:00:00+00:00"
    },
    "hasRecurrence": true,
    "id": "DN715931",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Guard services",
            "id": "79713000",
            "scheme": "CPV"
          },
          {
            "description": "Patrol services",
            "id": "79715000",
            "scheme": "CPV"
          },
          {
            "description": "Security services",
            "id": "79710000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKK3"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Capability \u0026 Experience (25%)\nCapacity \u0026 Responsiveness (20%)\nProfessionalism \u0026 Compliance (20%)\nRisk Management \u0026 Technology (10%)\nPricing Justification \u0026 Sustainability (10%)\nSocial value Parts A and B (15%)\nPlease refer to the ITT for details",
              "name": "Quality Criteria",
              "type": "quality"
            }
          ],
          "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:\nQuality (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.\nPrice: Evaluated as part of the PQP formula, where the supplier\u0027s total price is divided by their total quality score to determine value for money. The lowest PQP score identifies the most advantageous tender.\nSocial value is embedded within the quality assessment and includes both quantitative and qualitative components. Suppliers must meet minimum compliance thresholds to be considered.\nplease refer to the ITT document for details."
        },
        "contractPeriod": {
          "endDate": "2029-06-30T23:59:59+01:00",
          "maxExtentDate": "2032-06-30T23:59:59+01:00",
          "startDate": "2026-07-01T00:00:00+01:00"
        },
        "hasOptions": true,
        "hasRenewal": true,
        "id": "1",
        "options": {
          "description": "The right to additional purchases while the contract is valid.\nThe 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": {
          "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).\nAny extension will be subject to performance, funding availability, and the Authority\u0027s operational requirements. The extension mechanism is built into the contract terms and may be exercised at the Authority\u0027s sole discretion, in accordance with the Procurement Act 2023 and applicable regulations."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Suppliers must demonstrate appropriate legal and financial standing to deliver the contract. This includes:\nConfirmation of registration on the Central Digital Platform (CDP) with up-to-date core supplier information.\nSubmission of exclusion information for the supplier and associated persons, including checks against the Cabinet Office debarment list.\nEvidence of economic and financial standing, assessed via independent credit rating reports and financial ratios (turnover, liquidity, gearing, and net profit margin).\nMinimum turnover requirement of \u00a31,700,000 per annum over the last two financial years.\nMinimum liquidity ratio of 1.0 and gearing ratio below 90%.\nSuppliers must hold or commit to holding appropriate insurance levels and SSIP accreditation (or equivalent).\nWhere applicable, parent company guarantees or other securities may be required.\nFailure to meet these conditions may result in exclusion from the procurement process.",
              "type": "economic"
            },
            {
              "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:\nRelevant Experience\nCapacity \u0026 Responsiveness\nProfessional Standards\nRisk Management \u0026 Technology\nPricing Justification\nCompletion of the Procurement Specific Questionnaire (PSQ), including scored responses on technical capacity, local infrastructure, and quality assurance mechanisms.\nFailure to meet these conditions may result in exclusion from the procurement process.\nplease refer to the ITT document for details",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "value": {
          "amount": 4092869,
          "amountGross": 4911443,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "acceleratedRationale": "Light touch contract",
      "isAccelerated": true
    },
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "recurrence": {
      "dates": [
        {
          "startDate": "2026-03-11T23:59:59+00:00"
        }
      ]
    },
    "riskDetails": "please refer to section 9 of the ITT document",
    "specialRegime": [
      "lightTouch"
    ],
    "status": "active",
    "submissionMethodDetails": "https://www.supplyingthesouthwest.org.uk\n- Search Latest Opportunities\n- 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"
    },
    "title": "Provision of Security Services to Designated Accommodation Sites",
    "value": {
      "amount": 4092869,
      "amountGross": 4911443,
      "currency": "GBP"
    }
  }
}