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
IRCs Procurement Team
IRCsCommercial@homeoffice.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://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
Contracts for the provision of operational, management, maintenance and related works and services at Campsfield House IRC and Haslar 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 2014for 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, three 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.
two.1.5) Estimated total value
Value excluding VAT: £425,000,000
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
Campsfield House Immigration Removal Centre
Lot No
1
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
- 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
Campsfield House Immigration Removal Centre, Langford Lane, Kidlington OX5 1RE
two.2.4) Description of the procurement
The Authority seeks commercial partners to provide services at Campsfield House Immigration Removal Centre (IRC), with an operating capacity of 400, will accommodate male 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;
h. Landscaping.
The potential length of contract will be 6 years from service commencement, with options to extend, for up to a further 2 years (6 years + one or more extensions to a maximum of 2 years in total)
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 65%
Price - Weighting: 35%
two.2.6) Estimated value
Value excluding VAT: £181,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
Option to possibly renew one or more occasions to a maximum of 2 years in total.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
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
Haslar Immigration Removal Centre
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
- 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 operating capacity of 600, will accommodate male 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 6 years from service commencement, with options to extend, for up to a further 2 years. (6 years + one or more extensions to a maximum of 2 years in total).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 65
Price - Weighting: 35%
two.2.6) Estimated value
Value excluding VAT: £244,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
Option to possibly renew one or more occasions to a maximum of 2 years in total.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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: 2022/S 000-026318
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 January 2023
Local time
4:00pm
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: 8 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 January 2023
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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 responses to any requests for information, requests for quotes, or requests for proposals electronically 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 re-attach 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 event and will be able to access all of the project documentation. The closing date for submissions will be 4:00pm on Wednesday 11th January 2023.
six.4) Procedures for review
six.4.1) Review body
N/A
N/A
Country
United Kingdom