Tender

(Physical , On-Site) Security Services Framework

  • London Legacy Development Corporation

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-011118

Procurement identifier (OCID): ocds-h6vhtk-064a83

Published 6 February 2026, 4:05pm



Scope

Reference

PIP-25807-01

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 £4m per year, while LS185 around £1m. The notice is set to £50m, 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

Commercial tool

Establishes a framework

Total value (estimated)

  • £50,000,000 excluding VAT
  • £60,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 30 July 2026 to 29 July 2030
  • 4 years

Main procurement category

Services

CPV classifications

  • 79710000 - Security services

Contract locations

  • UKI4 - Inner London - East

Framework

Maximum number of suppliers

1

Maximum percentage fee charged to suppliers

0%

Further information about fees

N/A

Framework operation 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

Award method when using the framework

Without competition

Contracting authorities that may use the framework

THE LONDON LEGACY DEVELOPMENT CORPORATION (LLDC) Group

EAST BANK (Manco & Partners)

3 MILLS STUDIOS

ROYAL DOCKS (GLA)

AND

LONDON STADIUM 185 (LS185)

Contracting authority location restrictions

  • UKI4 - Inner London - East

Participation

Legal and financial capacity conditions of participation

SSQ stage bidders will be assessed on their Financial standings (Finance review process is explained on Volume 0 of the SSQ docs)

Technical ability conditions of participation

SSQ stage bidders will be evaluated on their SSQ technical & social value responses


Submission

Enquiry deadline

23 February 2026, 11:00am

Submission type

Tenders

Deadline for requests to participate

5 March 2026, 11:00am

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

15 April 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
ITT STAGE: In-Person Presentation Quality 50%
ITT STAGE Commercial Model Price 30%
ITT STAGE: Written Module Quality 20%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

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


Documents

Associated tender documents

https://www.delta-esourcing.com/respond/9895P4MAHD

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

Technical specifications to be met

https://www.delta-esourcing.com/respond/9895P4MAHD

the technical specifications of the Framework will be found in the Volume 1- Security Specifications within the Delta e 'sourcing portal


Contracting authority

London Legacy Development Corporation

  • Public Procurement Organisation Number: PRCL-4221-CWJR

05 Endeavour Square, Level 09

London

E20 1JN

United Kingdom

Contact name: Fotis Bountalis

Telephone: 070000000

Email: Procurement@londonlegacy.co.uk

Region: UKI41 - Hackney and Newham

Organisation type: Public authority - sub-central government