Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Heathrow and Derwentside Immigration Removal Centres Procurement

  • First published: 22 July 2021
  • Last modified: 22 July 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Secretary of State for the Home Department
Authority ID:
AA78562
Publication date:
22 July 2021
Deadline date:
20 August 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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.4.1) Review body

N/A

N/A

UK

VI.5) Date of dispatch of this notice

21/07/2021

Coding

Commodity categories

ID Title Parent category
90911100 Accommodation cleaning services Accommodation, building and window cleaning services
98341000 Accommodation services Accommodation and office services
79993000 Building and facilities management services Miscellaneous business-related services
55500000 Canteen and catering services Hotel, restaurant and retail trade services
80000000 Education and training services Education
79713000 Guard services Security services
98341110 Housekeeping services Accommodation services
92000000 Recreational, cultural and sporting services Other Services
79710000 Security services Investigation and security services
60130000 Special-purpose road passenger-transport services Road transport services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
IRCsCommercial@homeoffice.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.