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:
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
| 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
Region: UKI41 - Hackney and Newham
Organisation type: Public authority - sub-central government