Scope
Reference
DN715931
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.
Total value (estimated)
- £4,092,869 excluding VAT
- £4,911,443 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 July 2026 to 30 June 2029
- Possible extension to 30 June 2032
- 6 years
Description of possible extension:
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.
Options
The right to additional purchases while the contract is valid.
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.
Main procurement category
Services
CPV classifications
- 79713000 - Guard services
- 79715000 - Patrol services
- 79710000 - Security services
Contract locations
- UKK3 - Cornwall and Isles of Scilly
Participation
Legal and financial capacity conditions of participation
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 £1,700,000 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.
Technical ability conditions of participation
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
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
5 December 2025, 12:00am
Tender submission deadline
17 December 2025, 12:00am
Submission address and any special instructions
https://www.supplyingthesouthwest.org.uk
- Search Latest Opportunities
- Search for Project reference DN715931 Provision of Security Services to Designated Accommodation Sites
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
11 March 2026
Recurring procurement
Publication date of next tender notice (estimated): 11 March 2026
Award criteria
| Name | Description | Type |
|---|---|---|
| Quality Criteria | Capability & Experience (25%) Capacity & Responsiveness (20%) Professionalism & Compliance (20%) Risk Management & Technology (10%) Pricing Justification & Sustainability (10%) Social value Parts A and B... |
Quality |
Weighting description
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:...
Other information
Payment terms
please refer to the ITT document appendix D with Contract terms and conditions
Description of risks to contract performance
please refer to section 9 of the ITT document
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Special regime
Light touch
Reduced tendering period
Yes
Light touch contract - no minimum
Documents
Associated tender documents
https://procontract.due-north.com//FileUploads/ViewAttachment?attachmentId=e453150b-62c5-f011-813a-005056b64545&entityTypeId=b5c83c15-39cd-480e-b232-0e94cac4b464&attachmentTypeId=FtsDocument
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.
https://procontract.due-north.com//FileUploads/ViewAttachment?attachmentId=158fe3bf-62c5-f011-813a-005056b64545&entityTypeId=b5c83c15-39cd-480e-b232-0e94cac4b464&attachmentTypeId=FtsDocument
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.
Contracting authority
Cornwall Council
- Public Procurement Organisation Number: PYRH-9827-DWLP
County Hall
Truro
TR1 3AY
United Kingdom
Contact name: Andy Trout
Telephone: 01872 322222
Email: andrew.trout@cornwall.gov.uk
Website: http://www.cornwall.gov.uk
Region: UKK30 - Cornwall and Isles of Scilly
Organisation type: Public authority - sub-central government