Opportunity

Contracts for the provision of operational, management, maintenance and related works and services at Campsfield House IRC and Haslar IRC

  • The Secretary of State for the Home Department

F02: Contract notice

Notice reference: 2022/S 000-031203

Published 4 November 2022, 11:25am



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

Email

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