Tender

Contract for the Provision of Travel Services for Immigration Purposes

HOME OFFICE

This public procurement record has 1 release in its history.

Tender

07 Feb 2025 at 19:58

Summary of the contracting process

The Home Office seeks a provider for the 'Contract for the Provision of Travel Services for Immigration Purposes'. This procurement process, currently in the tender stage, focuses on travel services essential for detaining and enforcing the removal of certain individuals under UK immigration laws. The services required primarily involve overseas travel, including arrangements for vulnerable individuals and specific charter services. The contract, estimated between £171m - £384m in pass-through costs, will span five years starting in April 2026, with potential extensions up to a maximum of seven years. Interested parties must register via the Home Office eSourcing Suite by 3 April 2025, with a supplier event scheduled for 17 February 2025.

This tender offers significant business growth opportunities for companies specialising in travel and logistics services. Ideal candidates would be experienced in managing international travel arrangements, particularly under complex regulatory conditions. The scope includes purchasing travel tickets, handling refunds, managing airline relationships, and providing accommodation services for Home Office staff. Small and medium-sized enterprises (SMEs) are particularly encouraged to participate due to the open procurement method. Overall, businesses with robust travel service capabilities and compliance expertise stand to benefit from this lucrative government contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Contract for the Provision of Travel Services for Immigration Purposes

Notice Description

The Home Office is responsible, under UK legislation including but not limited to the Immigration Act 1971 and the Immigration and Asylum Act 1999, for detaining and/or enforcing the removal of certain persons. It is necessary to provide sufficient travel methods (not exclusively air travel) to ensure that individuals with no legal basis to remain in the UK can be removed to overseas destinations. This includes ensuring those methods can accommodate vulnerable individuals, such as those with medical conditions, or those who refuse to comply with transfer. There may also be a requirement to manage travel arrangements for other immigration/government purposes as required by the Authority. The Authority is seeking a commercial partner to provide a number of fully integrated services in regards to travel for immigration purposes, primarily to/from destinations overseas, but including some UK based activity. These services include (but are not limited to): - Providing a comprehensive travel service that complies with requirements and restrictions imposed by airlines in relation to immigration passengers on scheduled flights; - Providing tickets for Service Users, taking into account restrictions imposed by individual airlines; - Following detailed and specific individual airline procedures for obtaining refunds; - Managing relationships with the carriers to maximise cost-effective opportunities; - Provision of a complete Charter service to meet the requirements of the Home Office; - Provision of accommodation for Home Office staff and/or representatives when required. The Authority may have requirements for other UK based travel services. If this requirement materialises, the Authority will agree with the supplier awarded the contract how these requirements can be delivered. The potential length of contract will be 5 years from service commencement, with options to extend on one or more occasions up to a maximum of a further 2 years. The estimated contract value in this contract notice is calculated over the potential maximum term of 7 years including optional extensions. The estimated contract value includes pass-through costs and management services which incorporates implementation costs. Pass-through costs are costs which are associated with the purchase of travel services including tickets, chartering aircraft(s) and hotel bookings. The pass-through costs over the life of this contract are estimated to be in the range of PS171m - PS384m. The content of this notice, including the nature of services and estimated value (including estimated value of pass-through costs), may be subject to change. Note that services may include but not be limited to current and future related service requirements. This service is volumetric and any estimated values (including estimated value of passthrough costs) may be subject to change up or down depending on the amount of activity undertaken during the life of contract. Additional information: 1. To express an interest, participants must first be registered on the Home Office eSourcing Suite. If you have not yet registered, this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by clicking the 'Register Here' link. 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. 2. Email: Escorting-Commercial@homeoffice.gov.uk Title of email: Travel Services Procurement - Expression of Interest Email to include: Organisation name, Contact name, E-mail address and telephone number. Once the above steps are completed, documents will be made available via the portal, subject to parties signing a Non-Disclosure Agreement (NDA). A supplier event will be held virtually on Monday 17th February 2025 (may be subject to change). Supplier participation in the industry day will require a signed NDA to be submitted by Friday 14th February 2025 - midday. Further details of the event will be provided to those suppliers who have submitted their signed NDAs. The contract falls under Regulation 74 of and Schedule 3 to the Public Contracts Regulations 2015. As a result, the Authority has determined the procurement procedure that is being followed. The Authority will ensure that the procurement procedure is at least sufficient to ensure compliance with the principles of transparency and equal treatment of Bidders. The content of this notice, including the nature of services and estimated value (including estimated value of pass through costs) may be the subject to change.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-039a4893-eb66-4bf0-a0c8-c781d028721a
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/936adbaa-5d91-4366-b98c-82123f561a72
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

63 - Supporting and auxiliary transport services; travel agencies services


CPV Codes

63515000 - Travel services

Notice Value(s)

Tender Value
£391,700,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Feb 20251 years ago
Submission Deadline
3 Apr 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
22 Apr 2026 - 22 Apr 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HOME OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-039a4893-eb66-4bf0-a0c8-c781d028721a-2025-02-07T19:58:10Z",
    "date": "2025-02-07T19:58:10Z",
    "ocid": "ocds-b5fd17-039a4893-eb66-4bf0-a0c8-c781d028721a",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_394788/1450361",
        "title": "Contract for the Provision of Travel Services for Immigration Purposes",
        "description": "The Home Office is responsible, under UK legislation including but not limited to the Immigration Act 1971 and the Immigration and Asylum Act 1999, for detaining and/or enforcing the removal of certain persons. It is necessary to provide sufficient travel methods (not exclusively air travel) to ensure that individuals with no legal basis to remain in the UK can be removed to overseas destinations. This includes ensuring those methods can accommodate vulnerable individuals, such as those with medical conditions, or those who refuse to comply with transfer. There may also be a requirement to manage travel arrangements for other immigration/government purposes as required by the Authority. The Authority is seeking a commercial partner to provide a number of fully integrated services in regards to travel for immigration purposes, primarily to/from destinations overseas, but including some UK based activity. These services include (but are not limited to): - Providing a comprehensive travel service that complies with requirements and restrictions imposed by airlines in relation to immigration passengers on scheduled flights; - Providing tickets for Service Users, taking into account restrictions imposed by individual airlines; - Following detailed and specific individual airline procedures for obtaining refunds; - Managing relationships with the carriers to maximise cost-effective opportunities; - Provision of a complete Charter service to meet the requirements of the Home Office; - Provision of accommodation for Home Office staff and/or representatives when required. The Authority may have requirements for other UK based travel services. If this requirement materialises, the Authority will agree with the supplier awarded the contract how these requirements can be delivered. The potential length of contract will be 5 years from service commencement, with options to extend on one or more occasions up to a maximum of a further 2 years. The estimated contract value in this contract notice is calculated over the potential maximum term of 7 years including optional extensions. The estimated contract value includes pass-through costs and management services which incorporates implementation costs. Pass-through costs are costs which are associated with the purchase of travel services including tickets, chartering aircraft(s) and hotel bookings. The pass-through costs over the life of this contract are estimated to be in the range of PS171m - PS384m. The content of this notice, including the nature of services and estimated value (including estimated value of pass-through costs), may be subject to change. Note that services may include but not be limited to current and future related service requirements. This service is volumetric and any estimated values (including estimated value of passthrough costs) may be subject to change up or down depending on the amount of activity undertaken during the life of contract. Additional information: 1. To express an interest, participants must first be registered on the Home Office eSourcing Suite. If you have not yet registered, this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by clicking the 'Register Here' link. 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. 2. Email: Escorting-Commercial@homeoffice.gov.uk Title of email: Travel Services Procurement - Expression of Interest Email to include: Organisation name, Contact name, E-mail address and telephone number. Once the above steps are completed, documents will be made available via the portal, subject to parties signing a Non-Disclosure Agreement (NDA). A supplier event will be held virtually on Monday 17th February 2025 (may be subject to change). Supplier participation in the industry day will require a signed NDA to be submitted by Friday 14th February 2025 - midday. Further details of the event will be provided to those suppliers who have submitted their signed NDAs. The contract falls under Regulation 74 of and Schedule 3 to the Public Contracts Regulations 2015. As a result, the Authority has determined the procurement procedure that is being followed. The Authority will ensure that the procurement procedure is at least sufficient to ensure compliance with the principles of transparency and equal treatment of Bidders. The content of this notice, including the nature of services and estimated value (including estimated value of pass through costs) may be the subject to change.",
        "datePublished": "2025-02-07T19:58:10Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "63515000",
            "description": "Travel services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 178700000,
            "currency": "GBP"
        },
        "value": {
            "amount": 391700000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2025-04-03T16:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2026-04-23T00:00:00+01:00",
            "endDate": "2031-04-22T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/936adbaa-5d91-4366-b98c-82123f561a72",
                "datePublished": "2025-02-07T19:58:10Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "Access to the procurement documents is restricted.",
                "url": "https://homeoffice.app.jaggaer.com/web/login.html"
            },
            {
                "id": "3",
                "description": "Tenders or requests to participate must be submitted electronically via the URL.",
                "url": "https://homeoffice.app.jaggaer.com/web/login.html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-148108",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Home Office",
                "email": "Escorting-Commercial@homeoffice.gov.uk"
            },
            "details": {
                "url": "http://www.gov.uk/home-office"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-148108",
        "name": "Home Office"
    }
}