Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Home Office
2 Marsham Street
London
SW1 4DF
UK
E-mail: nrc-commercial@homeoffice.gov.uk
NUTS: UK
Internet address(es)
Main address: www.gov.uk/home-office
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
Irregular Migration Management Services (IMMS) Lot 2
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.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.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
58 703 495.00
GBP
II.2) Description
Lot No: 2
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UK
II.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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 90
Quality criterion: Social Value
/ Weighting: 10
Price
/ Weighting:
100
II.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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-035690
Section V: Award of contract
Lot No: 2
Title: Irregular Migration Management Services Lot 2 - Healthcare Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
11/09/2025
V.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
V.2.3) Name and address of the contractor
DoctorPA Ltd
09356355
42 Kew Court Richmond Road
Kingston Upon Thames
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 58 703 495.00
GBP
V.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 VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
06/10/2025