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
IRCsCommercial@homeoffice.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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