Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Home Office
  2 Marsham Street
  London
  SW1P 4DF
  UK
  
            Contact person: IRCs Procurement Team
  
            E-mail: IRCsprocurement@homeoffice.gov.uk
  
            NUTS: UK
  Internet address(es)
  
              Main address: www.gov.uk/home-office
  
              Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk/sso/jsp/login.jsp
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://gpsesourcing.cabinetoffice.gov.uk/sso/jsp/login.jsp
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://gpsesourcing.cabinetoffice.gov.uk/sso/jsp/login.jsp
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://gpsesourcing.cabinetoffice.gov.uk/sso/jsp/login.jsp
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
Contract for the Provision of Operational, Management and Maintenance Services at Brook House Immigration Removal Centre and Tinsley House Immigration Removal Centre/Pre-Departure Accommodation
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 and maintenance services at Brook House Immigration Removal Centre and Tinsley House Immigration Removal Centre/Pre-Departure Accommodation.
  II.1.5) Estimated total value
  Value excluding VAT: 
			210 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    60130000
    79710000
    92000000
    98131000
    55500000
    98341000
    98341100
    90911100
    80000000
    45112700
    79993000
    II.2.3) Place of performance
    NUTS code:
    UK
    II.2.4) Description of the procurement
    The Authority is responsible, under the Immigration Act 1971 and the Immigration and Asylum Act 1999, for detaining and/or enforcing the removal of certain persons (Detainees), being persons detained under the 1971 Act and assigned by the Authority to an Immigration Removal Centre from the United Kingdom.
    At any one time, approximately 3 400 detainees are held overnight in 1 of 7 Immigration Removal Centres, 2 residential Short Term Holding Facilities, Pre-Departure Accommodation (PDA), prisons and police stations across the United Kingdom. In addition, persons can be detained for shorter periods of time in Short Term Holding Facilities (Rooms) at Reporting Centres, air and sea ports, including locations overseas at the juxtaposed controls in Calais and Coquelles.
    The Authority seeks a commercial partner to provide services at Brook House Immigration Removal Centre and Tinsley House Immigration Removal Centre/Pre-Departure Accommodation.
    Services at the IRCs/PDA include (but are not limited to):
    — overall management of the Immigration Removal Centres/PDA,
    — security and Guarding services,
    — safeguarding and welfare,
    — well-being and cleaning,
    — local escorting and hospital bed watches,
    — recreational, sporting and educational facilities,
    — catering and shop services,
    — religious and welfare facilities,
    — provision of furniture and equipment, and
    — facilities management and cleaning services,
    — landscaping services,
    — tailored welfare service for the pre-departure accommodation to include social worker access.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			210 000 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 96
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    This contract can be extended for up to 2 years.
    II.2.9) Information about the limits on the number of candidates to be invited
    
          Envisaged number of candidates: 5
    Objective criteria for choosing the limited number of candidates:
    The evaluation process will be detailed within the request for information (standard questionnaire) documentation. The Authority intends to invite up to 5 respondents, provided sufficient respondents meet the Authority's requirements to be invited to tender.
    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.1.5) Information about negotiation
  The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
  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:
  2018/S 247-570792
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              08/04/2019
  
                Local time: 16:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.3) Additional information
Respondents are requested to express an interest by Monday 1.4.2019; the process for expression of interest and requesting further information is set out below.
For the avoidance of doubt, please note that Respondents are required to express an interest separately for this competition regardless of their involvement in the previous market engagement activities for this project. Any such involvement does not constitute an expression of interest for the competition advertised in this notice.
The Home Office uses an eSourcing toolkit to enable its sourcing activities to be conducted over the internet. In order to express an interest, please follow the steps set out below.
The procurement will be managed electronically via the crown commercial service's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link “Register for CCS e-Sourcing”.
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. Full instructions for registration and use of the system can be found at http://gps.cabinetoffice.gov.uk/i-am
Once registered, organisations wishing to participate in the tender must send an email to: IRCsprocurement@homeoffice.gov.uk
The email should be entitled “Gatwick IRCs Procurement — Expression of Interest” and contain the following details: your organisation's name, your contact name, email address and telephone number. Any expressions of interest not submitted in the required format (or containing the requested information) may be rejected. Participants are requested to express interest by Monday 1.4.2019, to allow sufficient time for the tender administrative process and submission of bids.
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 re attach 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 RFI Standard Selection Questionnaire (also known as RFI) and will be able to access all of the project documentation.
The closing date for submissions will be 10:00 a.m. on Monday 8.4.2019.
SQ (RFI) clarification requests must be submitted no later than 16:00 on Monday 1.4.2019.
For technical assistance on use of the eSourcing Suite contact; Crown Commercial Service Help-desk: freephone: +443450103503 or email: supplier@ccs.gsi.gov.uk
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
07/03/2019