Procurement

Heathrow IRC Operator Services

  • Home Office

Procurement identifier (OCID): ocds-h6vhtk-050b69

Description

1. Introduction

The Home Office is seeking to engage with the market regarding the future procurement of Operator Services for the Heathrow Immigration Removal Centre (IRC). This RFI is part of our ongoing market engagement exercise and does not constitute a call for competition or a commitment to any future procurement activity. The Home Office may undertake further engagement activities, which could include additional RFIs, questionnaires, supplier events, or 1-2-1 discussions, to ensure supplier feedback is captured.

Background:

The Heathrow IRC is a medium security facility in the UK where Residents are detained under immigration powers to effect their removal from the UK. The IRC houses around 1,000 residents and comprises of two sites, Colnbrook and Harmondsworth. The commercial partner is required to support the Home Office to deliver its immigration detention operations.

The operational services required include (but are not limited to):

a. Overall management of the services;

b. Security and guarding;

c. Admissions and discharge;

d. Detainee welfare and general care;

e. Local escorting and hospital bed watches;

f. Provision of furniture and equipment;

g. Facilities Management and cleaning services;

h. Educational and Recreational services including sport & health related activities and paid activity services;

i. Religious affairs;

j. Catering and shop services.

2. Purpose of the RFI

The purpose of this exercise is to gather supplier views to inform the development of the procurement approach. This is RFI is part of our ongoing market engagement, and further activities may follow depending on the breadth of responses received.

Specifically, the RFI seeks to understand supplier perspectives on:

1. Relocation Risks and Challenges - the potential risks, challenges, and mitigation strategies if IRC services were required to move sites.

2. Procurement Timeline - how the proposed timeline may affect supplier bidding capacity, including risks linked to concurrent procurements.

3. Security Certificates - views on which cyber security accreditations (e.g. Cyber Essentials Plus, ISO 27001) are essential for IRC service delivery, and any reasoning where they may not be considered necessary.

4. Bid Validity - understand your maximum bid validity period your organisation can realistically commit to before the need to make changes to any submitted proposals.

5. Dialogue & Negotiation Stage - understand your views on which topics and issues would be most helpful to explore during the dialogue and negotiation stage.

Notices

UK2: Preliminary market engagement notice

Notice identifier
2025/S 000-058665
Published
22 September 2025, 4:47pm

UK2: Preliminary market engagement notice

Notice identifier
2025/S 000-018437
Published
1 May 2025, 2:06pm