- Scope of the procurement
- Lot 1. Heathrow Immigration Removal Centre : Provision of design, renovation, operational, management, maintenance and related works and services.
- Lot 2. Hassockfield Immigration Removal Centre: Provision of operational, management, maintenance and related works and services
Section one: Contracting authority
one.1) Name and addresses
Home Office
London
SW1P 4DF
Contact
IRCs Commercial Team
IRCsCommercial@homeoffice.gov.uk
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
one.3) Communication
Additional information can be obtained from the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Design, renovation, operational, management, maintenance and related works at Heathrow Immigration Removal Centre and; operational, management, maintenance and related works at Hassockfield IRC.
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority is responsible, under the Immigration Act 1971, the Immigration and Asylum Act 1999, the Nationality Immigration and Asylum Act 2002 and the Immigration Act 2014 for detaining and/or enforcing the removal of certain persons (Detainees). At any one time, there is capacity for approximately 3,000 Detainees to be held overnight in one of seven Immigration Removal Centres, two residential Short-Term Holding Facilities, a Pre-Departure Accommodation (PDA), and prisons across the United Kingdom. In addition, persons can be detained for shorter periods of time in Short Term Holding Facilities (Rooms) at Reporting Centres, air and sea ports, including locations overseas at the juxtaposed controls in Calais and Coquelles and at police stations.
The content of this PIN, including the nature of works, services and estimated value, may be the subject to change.
two.1.5) Estimated total value
Value excluding VAT: £514,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
two.2) Description
two.2.1) Title
Heathrow Immigration Removal Centre : Provision of design, renovation, operational, management, maintenance and related works and services.
Lot No
1
two.2.2) Additional CPV code(s)
- 45112700 - Landscaping work
- 45200000 - Works for complete or part construction and civil engineering work
- 45300000 - Building installation work
- 45400000 - Building completion work
- 45500000 - Hire of construction and civil engineering machinery and equipment with operator
- 55500000 - Canteen and catering services
- 60130000 - Special-purpose road passenger-transport services
- 75122000 - Administrative healthcare services
- 79710000 - Security services
- 79713000 - Guard services
- 79993000 - Building and facilities management services
- 80000000 - Education and training services
- 85100000 - Health services
- 90911100 - Accommodation cleaning services
- 92000000 - Recreational, cultural and sporting services
- 98131000 - Religious services
- 98341000 - Accommodation services
- 98341110 - Housekeeping services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
Heathrow Immigration Removal Centre, Colnbrook by pass, West Drayton, Middlesex, UB7 0FX
two.2.4) Description of the procurement
The Authority seeks a commercial partner to provide works and services at Heathrow Immigration Removal Centre (Colnbrook and Harmondsworth IRC’s) with an operating capacity of 965 and accommodating both male and female detainees. Services required include: (but are not limited to):
a. Overall management of the site;
b. Security and guarding;
c. Welfare and general care;
d. Local escorting and hospital bed watches;
e. Provision of furniture and equipment;
f. Facilities Management and cleaning services;
g. Landscaping;
h. Design and renovation works and services of the IRC facility
The potential length of contract will be 8 years from service commencement, with options to extend, possibly for up to a further 3 years.
TCV for Lot 1: £429,000,000 GBP
The content of this PIN, including the nature of works, services and estimated value, may be the subject to change.
two.2.14) Additional information
An Industry Day will be held for interested Suppliers on Thursday the 25th of February 2021 (subject to change). This Industry Day will be held virtually due to the ongoing Covid-19 restrictions. Further details for the Industry Day to follow upon receipt of a signed NDA.
Contact: IRCsCommercial@homeoffice.gov.uk
two.2) Description
two.2.1) Title
Hassockfield Immigration Removal Centre: Provision of operational, management, maintenance and related works and services
Lot No
2
two.2.2) Additional CPV code(s)
- 45112700 - Landscaping work
- 55500000 - Canteen and catering services
- 60130000 - Special-purpose road passenger-transport services
- 79710000 - Security services
- 79713000 - Guard services
- 79993000 - Building and facilities management services
- 80000000 - Education and training services
- 85100000 - Health services
- 90911100 - Accommodation cleaning services
- 92000000 - Recreational, cultural and sporting services
- 98131000 - Religious services
- 98341000 - Accommodation services
- 98341110 - Housekeeping services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
Hassockfield Immigration Removal Centre, Corbridge Road, Consett, DH8 6QY
two.2.4) Description of the procurement
The Authority seeks commercial partners to provide services at Hassockfield Immigration Removal Centre (IRC). Hassockfield IRC with an operating capacity of 84, will accommodate female detainees. Services required include: (but are not limited to):
a. Overall management of the site;
b. Security and guarding;
c. Welfare and general care;
d. Local escorting and hospital bed watches;
e. Provision of furniture and equipment;
f. Facilities Management and cleaning services;
g. Landscaping;
The potential length of contract will be 8 years from service commencement, with options to extend, for up to a further 2 years.
The TCV for Lot 2: £85,000,000.00 GBP
The content of this PIN, including the nature of works, services and estimated value, may be the subject to change.
two.2.14) Additional information
An Industry Day will be held for interested Suppliers on Thursday the 25th of February 2021 (subject to change). This Industry Day will be held virtually due to the ongoing Covid-19 restrictions. Further details for the Industry Day to follow upon receipt of a signed NDA.
two.3) Estimated date of publication of contract notice
5 May 2021
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section six. Complementary information
six.3) Additional information
1. To express an interest, participants must first be registered on the Home Office eSourcing Suite. If you have not yet registered, this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by following the Register Here Link . Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering and who will be entering into a contract if invited to do so.
2. Email: IRCsCommercial@homeoffice.gov.uk
Title of email: (RELEVANT LOT) IRC Procurement - Expression of Interest,
Email to include: Organisation name, Contact name, E-mail address and telephone number.
Once above steps are completed, documents will be made available via the portal, subject to parties signing a Non-Disclosure Agreement (NDA).
An Industry Day will be held for interested Suppliers on Thursday the 25th of February 2021 (subject to change). This Industry Day will be held virtually due to the ongoing Covid-19 restrictions. Further details for the Industry Day to follow upon receipt of a signed NDA.
The contract falls under Regulation 74 of and Schedule 3 to the Public Contracts Regulations 2015. As a result, the Authority has determined the procurement procedure that is being followed. The Authority will ensure that the procurement procedure is at least sufficient to ensure compliance with the principles of transparency and equal treatment of Bidders.
The content of this PIN, including the nature of works, services and estimated value, may be the subject to change.