Opportunity

Heathrow and Derwentside Immigration Removal Centres Procurement

  • Secretary of State for the Home Department

F02: Contract notice

Notice reference: 2021/S 000-017284

Published 21 July 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Secretary of State for the Home Department

Home Office, 2 Marsham Street

SW1P 4DF

Contact

IRCs Procurement Team

Email

IRCsCommercial@homeoffice.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.gov.uk/home-office

Buyer's address

https://homeoffice.app.jaggaer.com/web/login.html

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://homeoffice.app.jaggaer.com/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to 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

Heathrow and Derwentside Immigration Removal Centres Procurement

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

Contract for the provision of operational, management, maintenance and related services at Heathrow Immigration Removal Centre (consisting of Colnbrook IRC and Harmondsworth IRC) and; contract for the provision of operational, management, maintenance and related works and services at Derwentside Immigration Removal Centre.

two.1.5) Estimated total value

Value excluding VAT: £461,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Heathrow Immigration Removal Centre

Lot No

1

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
  • 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 services at Heathrow Immigration Removal Centre (Colnbrook and Harmondsworth IRCs) 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. Educational and Recreational

The potential length of contract will be 9 years from service commencement, with an option to possibly extend for up to 1 year.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 65%

Price - Weighting: 35%

two.2.6) Estimated value

Value excluding VAT: £363,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

108

This contract is subject to renewal

Yes

Description of renewals

Option to possibly extend for up to 1 year

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The Authority is not responsible for any bidding costs incurred by potential suppliers in respect of this procurement. The Authority reserves the right to abandon the competitive process and not award any contract; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements; and accept or reject any tender.

two.2) Description

two.2.1) Title

Derwentside Immigration Removal Centre

Lot No

2

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
  • 98341000 - Accommodation services
  • 98341110 - Housekeeping services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Derwentside Immigration Removal Centre, Corbridge Road, Consett, DH8 6QY

two.2.4) Description of the procurement

The Authority seeks commercial partners to provide services at Derwentside Immigration Removal Centre (IRC). Derwentside IRC with an operating capacity of 84, will accommodate female detainees.

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 9 years from service commencement, with an option to extend for up to 1 year.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 65%

Price - Weighting: 35%

two.2.6) Estimated value

Value excluding VAT: £98,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

108

This contract is subject to renewal

Yes

Description of renewals

The potential length to extend possibly for up to 1 year.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The Authority is not responsible for any bidding costs incurred by potential suppliers in respect of this procurement. The Authority reserves the right to abandon the competitive process and not award any contract; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements; and accept or reject any tender.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-002422

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 August 2021

Local time

4:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

21 July 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The Home Office uses an eSourcing toolkit to enable its sourcing activities to be conducted online. The procurement will be managed electronically using the Jaggaer eSourcing Portal. The eSourcing Portal is an online application that allows suppliers to create and submit their Selection Questionnaire responses to any requests for information, requests for quotes, or requests for proposals via the internet rather than in paper form.

To participate in this procurement, participants must first be registered on the eSourcing Suite. Registration can be done online at https://homeoffice.app.jaggaer.com/web/login.html by following the link to Register. 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.

Any expressions of interest not submitted in the required format (or containing the requested information) may be rejected.

The Authority requires new Participants to sign a Non-Disclosure Agreement (NDA) in order to be invited to participate in the competition for this project. On receipt of an email which must be sent to IRCsCommercial@homeoffice.gov.uk, the Authority will either confirm receipt of an NDA or provide access to the NDA document through the eSourcing Portal. If required, the Authority will expect Participants to download and reattach a signed copy of the NDA to the event. When saving the ‘pdf’ document, please ensure that you include the participant organisation's name in the filename. Once a correctly signed NDA is received by the Authority, Participants will be invited to the SQ event and will be able to access all of the project documentation. The closing date for submissions will be 4:00pm on Friday 20th August 2021.

six.4) Procedures for review

six.4.1) Review body

N/A

N/A

Country

United Kingdom