Tender

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.

  • The Secretary of State for the Home Department

F02: Contract notice

Notice identifier: 2024/S 000-032859

Procurement identifier (OCID): ocds-h6vhtk-042187

Published 11 October 2024, 4:03pm



Section one: Contracting authority

one.1) Name and addresses

The Secretary of State for the Home Department

2 Marsham Street

London

SW1P 4DF

Email

nrc-commercial@homeoffice.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.gov.uk/home-office

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