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: +441872322222
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: +441872322222
Cornwall Council is seeking a qualified and trauma-informed 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.
External Link: https://www.find-tender.service.gov.uk/Notice/050558-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 Options: 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: 2026-04-01T00:00:00+01:00
Lot 1 Contract End: 2029-03-31T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): PQP
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 both Stage 1 (PSQ) and Stage 2 (Final 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 trauma-informed 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
{
"buyer": {
"id": "GB-PPON-PYRH-9827-DWLP",
"name": "Cornwall Council"
},
"date": "2025-08-21T14:34:36+01:00",
"id": "050558-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-058bf4",
"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": "+441872322222"
},
"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": "2025-12-15T23:59:59+00:00"
},
"contractTerms": {
"financialTerms": "please refer to the ITT document appendix D with Contract terms and conditions"
},
"coveredBy": [
"GPA"
],
"description": "Cornwall Council is seeking a qualified and trauma-informed 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) \u2013 Provision of Security Services to Designated Accommodation Sites\nThis document sets out the full details of Cornwall Council\u2019s 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 both Stage 1 (PSQ) and Stage 2 (Final Tender) requirements and forms the basis for supplier responses.",
"documentType": "biddingDocuments",
"id": "L-1",
"url": "https://procontract.due-north.com//FileUploads/ViewAttachment?attachmentId=769a2282-877e-f011-813a-005056b64545\u0026entityTypeId=b5c83c15-39cd-480e-b232-0e94cac4b464\u0026attachmentTypeId=FtsDocument"
},
{
"description": "Specification \u2013 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\u2019s 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 trauma-informed approach required, site-specific needs, and the flexible delivery model via Task Order Forms.",
"documentType": "biddingDocuments",
"id": "L-10",
"url": "https://procontract.due-north.com//FileUploads/ViewAttachment?attachmentId=23db1fb6-8b7e-f011-813a-005056b64545\u0026entityTypeId=b5c83c15-39cd-480e-b232-0e94cac4b464\u0026attachmentTypeId=FtsDocument"
},
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2025-08-21T14:34:36+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "050558-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/050558-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-08-27T00:00:00+01:00"
},
"expressionOfInterestDeadline": "2025-09-11T00:00:00+01:00",
"id": "DN715931",
"items": [
{
"additionalClassifications": [
{
"description": "Patrol services",
"id": "79715000",
"scheme": "CPV"
},
{
"description": "Guard services",
"id": "79713000",
"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": "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\u2019s 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.",
"name": "PQP",
"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\u2019s 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": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2032-03-31T23:59:59+01:00",
"startDate": "2026-04-01T00:00:00+01:00"
},
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"options": {
"description": "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."
},
"renewal": {
"description": "The contract will commence on 1 April 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\u2019s operational requirements. The extension mechanism is built into the contract terms and may be exercised at the Authority\u2019s sole discretion, in accordance with the Procurement Act 2023 and applicable regulations."
},
"secondStage": {
"maximumCandidates": 5,
"minimumCandidates": 5
},
"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": "Suppliers must demonstrate sufficient technical and professional capability to deliver the required security services across multiple supported accommodation sites. This includes:\nProven experience in delivering contracts of similar nature, scale, and complexity, particularly involving vulnerable service users and trauma-informed environments.\nEvidence of operational readiness and local presence in Cornwall, including staffing, supervision, and rapid response capabilities.\nA clear plan for managing TUPE transitions, onboarding inherited staff, and ensuring compliance with safeguarding, SIA licensing, and training requirements.\nAbility to mobilise services by the contract start date, including equipment, personnel, and site-specific arrangements.\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"
},
{
"description": "Suppliers are selected through a two-stage Competitive Flexible Procedure under the Light Touch Regime of the Procurement Act 2023. \nStage 1 involves completion of a Procurement Specific Questionnaire (PSQ), which assesses:\nCompliance with exclusion grounds and registration on the Central Digital Platform.\nLegal, financial, and insurance standing.\nSIA Approved Contractor Scheme accreditation.\nTechnical and professional capability, including relevant experience, local operational presence in Cornwall, and TUPE transition planning.\nResponses to scored PSQ questions are evaluated and moderated by a panel. The five highest scoring suppliers were shortlisted and invited to submit full tenders in Stage 2.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"value": {
"amount": 4092869,
"amountGross": 4911443,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"acceleratedRationale": "Light touch contract",
"features": "This procurement is being conducted by Cornwall Council under the Competitive Flexible Procedure in accordance with Section 20 of the Procurement Act 2023 and the flexibilities afforded to Light Touch Contracts under Section 9 and Schedule 1 of the Procurement Regulations 2024. The contract concerns the provision of professional, trauma-informed security services to designated supported accommodation sites across Cornwall.\nThe Authority has opted for a two-stage multistage process to ensure proportionality, manage bidder volume, and maintain high service standards. This approach is informed by prior market engagement and the volume of responses received in a previously abandoned procurement for similar services.\nStage 1 invites all interested suppliers to submit a Procurement Specific Questionnaire (PSQ), which includes pass/fail criteria and scored sections assessing technical and professional capability, local operational presence, and TUPE transition planning. Up to five (5) suppliers will be shortlisted based on moderated scores and invited to participate in Stage 2.\nStage 2 comprises the Invitation to Tender (ITT), where shortlisted suppliers submit final tenders. These will be evaluated using a Price per Quality Point (PQP) methodology to identify the Most Advantageous Tender. Quality criteria include service delivery, workforce capability, risk management, value for money, technology use, and social value. Price submissions must meet minimum hourly rate and cost ratio requirements.\nThe procedure is designed to be transparent, competitive, and tailored to the complexity and sensitivity of the service, which involves safeguarding vulnerable individuals in high-risk environments. The Authority reserves the right to invite the next highest-ranked supplier(s) from Stage 1 if any shortlisted supplier withdraws or fails to submit a compliant tender.\nModifications to the procurement and contract are permitted under Section 74(2) of the Act, reflecting the dynamic nature of the service and the need for operational flexibility via Task Order Forms. The contract will not be divided into Lots, as a single-provider model is deemed proportionate and necessary to ensure consistency, safeguarding compliance, and rapid mobilisation across multiple sites.\nThis procedure aligns with PA2023 principles of equal treatment, transparency, and proportionality, and supports Cornwall Council\u2019s strategic objectives for community safety, public protection, and inclusive service delivery.",
"isAccelerated": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"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"
]
},
"title": "Provision of Security Services to Designated Accommodation Sites",
"value": {
"amount": 4092869,
"amountGross": 4911443,
"currency": "GBP"
}
}
}