Contract

Irregular Migration Management Services (IMMS) Lot 2

  • Home Office

F03: Contract award notice

Notice identifier: 2025/S 000-062448

Procurement identifier (OCID): ocds-h6vhtk-042187 (view related notices)

Published 6 October 2025, 11:38am



Section one: Contracting authority

one.1) Name and addresses

Home Office

2 Marsham Street

London

SW1 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.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

Irregular Migration Management Services (IMMS) Lot 2

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority conducted a procurement exercise for the provision of Healthcare Services at the Manston Reception Centre and associated Disembarkation Point(s) in Kent.

The appointed Healthcare Services Provider is responsible for supporting the urgent healthcare needs of individuals arriving via Small Boats, from the point of disembarkation through to dispersal.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £58,703,495

two.2) Description

two.2.1) Title

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Authority conducted a procurement exercise for the provision of Healthcare Services at the Manston Reception Centre and associated Disembarkation Point(s) in Kent.

The appointed Healthcare Services Provider is responsible for supporting the urgent healthcare needs of individuals arriving via Small Boats, from the point of disembarkation through to dispersal.

A comprehensive specification was provided within the tender documentation. Submitted proposals were evaluated against criteria covering quality, social value, and price.

The contract is awarded for an initial term of 6 years with an option to extend for up to an additional four 12-month periods.

The contract is fully flexible, with the awarded contract value representing the maximum potential cost over the full 10-year term. In line with Government policy, usage is expected to decrease over time, which will result in corresponding reductions to both the duration and overall value of the contract.

The award criteria were based on a combination of price and quality, evaluated using a Price per Quality Point (PQP) methodology. This included a 10% quality weighting allocated specifically to Social Value.

This notice pertains solely to the award of Lot 2. Lot 1 remains under evaluation and may be awarded at a later stage under the same procurement procedure.

The award criteria were based on a combination of price and quality, evaluated using a Price per Quality Point (PQP) methodology. This included a 10% quality weighting allocated specifically to Social Value.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 100

two.2.11) Information about options

Options: Yes

Description of options

The estimated total contract value includes the estimated cost of the optional extensions.

The contract is awarded for an initial term of 6 years with an option to extend for up to an additional four 12 month periods.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-035690


Section five. Award of contract

Lot No

2

Title

Irregular Migration Management Services Lot 2 - Healthcare Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

11 September 2025

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

DoctorPA Ltd

42 Kew Court Richmond Road

Kingston Upon Thames

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

09356355

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £58,703,495

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 10 %


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom