Section one: Contracting authority
one.1) Name and addresses
The Secretary of State for the Home Department
2 Marsham Street
London
SW1P 4DF
nrc-commercial@homeoffice.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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 electronically via
https://homeoffice.app.jaggaer.com/web/login.html
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
Operational management / related services at the Home Office Border Force Disembarkation and SOLAS (Saving of Lives at Sea) centre at Western Jet Foil (Dover) and Manston Reception Centre, in Kent.
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
Irregular Migration Management Services, to include Operator and Healthcare Services at the Home Office Border Force Disembarkation and SOLAS (Saving of Lives at Sea) Point and Manston Reception Centre in Kent, known as the Sites. This includes the provision of general operation, security, facilities management and medical services.
two.1.5) Estimated total value
Value excluding VAT: £521,300,000
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
Operator Services
Lot No
1
two.2.2) Additional CPV code(s)
- 55500000 - Canteen and catering services
- 60130000 - Special-purpose road passenger-transport services
- 75000000 - Administration, defence and social security services
- 79710000 - Security services
- 79713000 - Guard services
- 79993000 - Building and facilities management services
- 90911100 - Accommodation cleaning services
- 98341110 - Housekeeping services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK – United Kingdom; Dover, Kent; Manston, Kent
two.2.4) Description of the procurement
The Manston Reception Centre and Disembarkation Point/s in Kent require providers of Operator Services, including managing staffing of operations, security, facilities, and other wraparound services. The aim of the services is to provide a safe and secure environment, where Border Force can register and process individuals arriving in the UK on small boats from across the English Channel.
The contracting authority (the Home Office) is looking for partner(s) to deliver:
• Lot 1 – Operator Services
The contracts will be awarded for an initial term of 6 years with an option to extend for up to an additional 4 x 12 month periods.
The content of this notice, including the nature of works, services and estimated value, may be subject to change.
This estimated total contract value excludes the estimated cost of the optional extensions. The estimated value of each optional extension is £90.5m. The contract values included are estimates that are subject to change during the procurement process.
The contract will be subject to break clauses to be applied in the event that, as per UK Government policy, the need for the services is successfully reduced over time, with corresponding reductions in the ultimate length and value of the contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £462,600,000
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
The contract will run for 72 months with the option to extend for a further 4 x 12 month extension periods.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 4
Objective criteria for choosing the limited number of candidates:
The Authority will shortlist via a Supplier Questionnaire to a maximum of 4 bids for each lot.
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
Healthcare Services
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK – United Kingdom; Dover, Kent; Manston, Kent
two.2.4) Description of the procurement
The Manston Reception Centre and Disembarkation Point/s in Kent require providers of Healthcare Services. The aim of the services is to provide a safe and secure environment, where Border Force can register and process individuals arriving on small boats in the UK from across the English Channel.
The contracting authority (the Home Office) is looking for partner(s) to deliver:
• Lot 2 – Healthcare Services
The contracts will be awarded for an initial term of 6 years with an option to extend for up to an additional 4 x 12 month periods.
The content of this notice, including the nature of works, services and estimated value, may be subject to change.
This estimated total contract value excludes the estimated cost of the optional extensions. The estimated value of each optional extension is £11.6m. The contract values included are estimates that are subject to change during the procurement process.
The contract will be subject to break clauses to be applied in the event that, as per UK Government policy, the need for the services is successfully reduced over time, with corresponding reductions in the ultimate length and value of the contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £58,700,000
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
The contract will run for 72 months with the option to extend for a further 4 x 12 month extension periods.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 4
Objective criteria for choosing the limited number of candidates:
The Authority will shortlist via a Supplier Questionnaire to a maximum of 4 bids for each lot.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to the Guidance to Bidder pack on the Home Office eSourcing tool
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.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-035690
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 November 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 October 2024
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.3) Additional information
This procurement will be managed electronically via the Home Office's eSourcing Portal (JAGGAER). To participate in this procurement, participants must first be registered on the eSourcing Portal.
If you have not yet registered on the eSourcing Portal, this can be done online at https://homeoffice.app.jaggaer.com 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, who will be entering into a contract if invited to do so.
To express an interest please email: nrc-commercial@homeoffice.gov.uk
Title of email: Irregular Migration Management Services– Expression of Interest
Email to include: Organisation name, Contact name, E-mail address, telephone number, lot(s) that Organisation is expressing an interest in, confirmation of eSourcing Portal registration, and details of eSourcing Portal contact.
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 detailed above, the Authority will either confirm receipt of an NDA as part of market engagement 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.
Once the registered user has completed and returned the NDA via the eSourcing Portal the Authority will enable the supplier to access the independent SQ area via the eSourcing Portal. The registered user will receive a notification email to alert them once this has been done. The closing date for submissions will be 12 p.m. on Friday 15th November 2024. SQ clarification requests must be submitted no later than 12 p.m. on Friday 1st November 2024.
For technical assistance on use of the eSourcing Portal please contact the JAGGAER Supplier Helpdesk at customersupport@jaggaer.com or 0800 069 8630 (0800 - 1800hrs).
six.4) Procedures for review
six.4.1) Review body
N/A
London
Country
United Kingdom