Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Secretary of State for the Home Department
Home Office, 2 Marsham Street
SW1P 4DF
UK
Contact person: IRCs Procurement Team
E-mail: IRCsCommercial@homeoffice.gov.uk
NUTS: UK
Internet address(es)
Main address: www.gov.uk/home-office
Address of the buyer profile: https://homeoffice.app.jaggaer.com/web/login.html
I.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 abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Heathrow and Derwentside Immigration Removal Centres Procurement
II.1.2) Main CPV code
79710000
II.1.3) Type of contract
Services
II.1.4) Short description
Contract for the provision of operational, management, maintenance and related services at Heathrow Immigration Removal Centre (consisting of Colnbrook IRC and Harmondsworth IRC) and; contract for the provision of operational, management, maintenance and related works and services at Derwentside Immigration Removal Centre.
II.1.5) Estimated total value
Value excluding VAT:
461 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Heathrow Immigration Removal Centre
II.2.2) Additional CPV code(s)
55500000
60130000
79710000
79713000
79993000
80000000
90911100
92000000
98341000
98341110
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Heathrow Immigration Removal Centre, Colnbrook by pass, West Drayton, Middlesex, UB7 0FX
II.2.4) Description of the procurement
The Authority seeks a commercial partner to provide services at Heathrow Immigration Removal Centre (Colnbrook and Harmondsworth IRCs) with an operating capacity of 965 and accommodating both male and female 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
The potential length of contract will be 9 years from service commencement, with an option to possibly extend for up to 1 year.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 65%
Price
/ Weighting:
35%
II.2.6) Estimated value
Value excluding VAT:
363 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 108
This contract is subject to renewal: Yes
Description of renewals:
Option to possibly extend for up to 1 year
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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.
Lot No: 2
II.2.1) Title
Derwentside Immigration Removal Centre
II.2.2) Additional CPV code(s)
55500000
60130000
79710000
79713000
79993000
80000000
90911100
92000000
98341000
98341110
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Derwentside Immigration Removal Centre, Corbridge Road, Consett, DH8 6QY
II.2.4) Description of the procurement
The Authority seeks commercial partners to provide services at Derwentside Immigration Removal Centre (IRC). Derwentside IRC with an operating capacity of 84, will accommodate female detainees.
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 9 years from service commencement, with an option to extend for up to 1 year.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 65%
Price
/ Weighting:
35%
II.2.6) Estimated value
Value excluding VAT:
98 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 108
This contract is subject to renewal: Yes
Description of renewals:
The potential length to extend possibly for up to 1 year.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-002422
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/08/2021
Local time: 16:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
21/07/2021
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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 VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.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 Selection Questionnaire responses to any requests for information, requests for quotes, or requests for proposals via the internet 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 reattach 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 SQ event and will be able to access all of the project documentation. The closing date for submissions will be 4:00pm on Friday 20th August 2021.
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
21/07/2021