Planning

Contracts for the provision of operational, management, maintenance and related works and services at Haslar Immigration Removal Centre (IRC). Content of this PIN may be subject to change.

  • The Secretary of State for the Home Department

F01: Prior information notice (prior information only)

Notice identifier: 2025/S 000-004914

Procurement identifier (OCID): ocds-h6vhtk-04de9a

Published 13 February 2025, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

The Secretary of State for the Home Department

Home Office, 2 Marsham Street

London

SW1P 4DF

Contact

IRC Procurement Team

Email

HaslarIRCProcurement@homeoffice.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.gov.uk/home-office

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

Contracts for the provision of operational, management, maintenance and related works and services at Haslar Immigration Removal Centre (IRC). Content of this PIN may be subject to change.

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 statutory obligations including 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.

At any one time, there is capacity for approximately 2,400 detained individuals to be held in one of seven Immigration Removal Centres, three residential Short-Term Holding Facilities, a Pre-Departure Accommodation (PDA), and prisons across the United Kingdom.

Haslar IRC will, subject to ongoing works, ultimately have capacity to house a maximum of 600 adult males.

two.1.5) Estimated total value

Value excluding VAT: £110,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 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
  • 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

IRC Haslar,

Dolphin Way,

Gosport,

PO12 2AW

two.2.4) Description of the procurement

The Authority seeks commercial partners to provide services at Haslar Immigration Removal

Centre (IRC), with an initial operating capacity of 130 going up to 600 post-completion of ongoing refurbishment and construction works. The centre will only accommodate males. Services required include: (but are not limited to):

i. Overall management of the site;

ii. Security and guarding;

iii. Welfare and general care;

iv. Local escorting and hospital bed watches;

v. Provision of furniture and equipment;

vi. Facilities Management and cleaning services;

The refurbishment and construction of the site is being delivered in two phases and the operating capacity of Phase 1 will be 130 which will increase to 600 on completion of Phase 2 construction. This contract covers the operation of the site at a capacity of 130. An option to include the additional 470 beds at a future point in time may be invoked but is not guaranteed and is at the discretion of the Authority. The estimated contract value of £110m (exc VAT) in this PIN only covers Phase 1 and does not include the value of the option to increase by 470 beds to phase 2 should this be enacted.

The potential length of contract will be 6 years from service commencement, with a core term of 4 years and an option to extend for up to a further 2 years.

The content of this PIN, including the nature of services and estimated value, may be

subject to change.

two.2.14) Additional information

Market engagement events will be held for interested Suppliers in February (subject to change). These will be held virtually. Further details of events to follow upon receipt of a signed NDA.

two.3) Estimated date of publication of contract notice

16 June 2025


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

The Home Office eSourcing is used for sourcing activities. Please follow the steps below to register your interest:

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: HaslarIRCProcurement@homeoffice.gov.uk

Title of email: Haslar 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).

Market engagement events will be held for interested Suppliers in February (subject to change). These will be held virtually. Further details of events to follow upon receipt of a signed NDA.

The contract currently falls under Regulation 74 of and Schedule 3 to the Public Contracts Regulations 2015 (PCR 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.

Should the Procurement Act 2023 commence prior to launch of the tender for this contract, then the contract will be governed by this act and not PCR 2015.

The content of this PIN, including the nature of services and estimated value, may be the subject to change.