Notice Information
Notice Title
Campsfield House and Haslar IRCs Procurement
Notice Description
Contracts for the provision of operational, management, maintenance and related works and services at Campsfield House IRC and Haslar IRC. The Authority is responsible, under the Immigration Act 1971, the Immigration and Asylum Act 1999, the Nationality Immigration and Asylum Act 2002 and the Immigration Act 2014, for detaining and/or enforcing the removal of certain persons (Detainees). At any one time, there is capacity for approximately 3,000 Detainees to be held overnight in one of seven Immigration Removal Centres, three residential Short-Term Holding Facilities, a Pre-Departure Accommodation (PDA), and prisons 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 and at police stations. The Authority seeks commercial partners to provide services at Lot 1: Campsfield House Immigration Removal Centre (IRC), Langford Lane, Kidlington OX5 1RE, with an operating capacity of 400, and also at Lot 2: Haslar Immigration Removal Centre (IRC), Dolphin Way, Gosport, PO12 2AW, with an operating capacity of 600. Both IRCs will accommodate male 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; h. Landscaping. The potential length of contract will be 6 years from service commencement, with options to extend, for up to a further 2 years (6 years + one or more extensions to a maximum of 2 years in total) Lot 1: Campsfield House IRC Estimated Value excluding VAT PS181,000,000. Lot 2: Haslar IRC Estimated Value excluding VAT PS244,000,000. 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.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 responses to any requests for information, requests for quotes, or requests for proposals electronically 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 downloadand 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 event and will be able to access all of the project documentation. The closing date for submissions will be 4:00pm on Wednesday 11th January 2023.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-29de7b60-f1c0-47e6-bcb1-bd6c5c247010
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/d4da427d-f27c-4f52-8d74-d05b2422884d
- 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 (above threshold)
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
55 - Hotel, restaurant and retail trade services
60 - Transport services (excl. Waste transport)
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
90 - Sewage, refuse, cleaning and environmental services
92 - Recreational, cultural and sporting services
98 - Other community, social and personal services
-
- CPV Codes
45112700 - Landscaping work
55500000 - Canteen and catering services
60130000 - Special-purpose road passenger-transport services
75000000 - Administration, defence and social security services
79713000 - Guard services
79993000 - Building and facilities management services
80000000 - Education and training services
90911100 - Accommodation cleaning services
92000000 - Recreational, cultural and sporting services
98131000 - Religious services
98341000 - Accommodation services
98341110 - Housekeeping services
Notice Value(s)
- Tender Value
- £425,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 4 Nov 20223 years ago
- Submission Deadline
- 11 Jan 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 10 Aug 2023 - 10 Aug 2029 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
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
- TLJ South East (England)
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/d4da427d-f27c-4f52-8d74-d05b2422884d
4th November 2022 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-29de7b60-f1c0-47e6-bcb1-bd6c5c247010-2022-11-04T17:33:31Z",
"date": "2022-11-04T17:33:31Z",
"ocid": "ocds-b5fd17-29de7b60-f1c0-47e6-bcb1-bd6c5c247010",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "CF-0276600D58000000L5A4EAK1",
"title": "Campsfield House and Haslar IRCs Procurement",
"description": "Contracts for the provision of operational, management, maintenance and related works and services at Campsfield House IRC and Haslar IRC. The Authority is responsible, under the Immigration Act 1971, the Immigration and Asylum Act 1999, the Nationality Immigration and Asylum Act 2002 and the Immigration Act 2014, for detaining and/or enforcing the removal of certain persons (Detainees). At any one time, there is capacity for approximately 3,000 Detainees to be held overnight in one of seven Immigration Removal Centres, three residential Short-Term Holding Facilities, a Pre-Departure Accommodation (PDA), and prisons 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 and at police stations. The Authority seeks commercial partners to provide services at Lot 1: Campsfield House Immigration Removal Centre (IRC), Langford Lane, Kidlington OX5 1RE, with an operating capacity of 400, and also at Lot 2: Haslar Immigration Removal Centre (IRC), Dolphin Way, Gosport, PO12 2AW, with an operating capacity of 600. Both IRCs will accommodate male 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; h. Landscaping. The potential length of contract will be 6 years from service commencement, with options to extend, for up to a further 2 years (6 years + one or more extensions to a maximum of 2 years in total) Lot 1: Campsfield House IRC Estimated Value excluding VAT PS181,000,000. Lot 2: Haslar IRC Estimated Value excluding VAT PS244,000,000. 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.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 responses to any requests for information, requests for quotes, or requests for proposals electronically 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 downloadand 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 event and will be able to access all of the project documentation. The closing date for submissions will be 4:00pm on Wednesday 11th January 2023.",
"datePublished": "2022-11-04T17:33:31Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "55500000",
"description": "Canteen and catering services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "98341000",
"description": "Accommodation services"
},
{
"scheme": "CPV",
"id": "75000000",
"description": "Administration, defence and social security services"
},
{
"scheme": "CPV",
"id": "45112700",
"description": "Landscaping work"
},
{
"scheme": "CPV",
"id": "60130000",
"description": "Special-purpose road passenger-transport services"
},
{
"scheme": "CPV",
"id": "79713000",
"description": "Guard services"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
},
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
{
"scheme": "CPV",
"id": "90911100",
"description": "Accommodation cleaning services"
},
{
"scheme": "CPV",
"id": "92000000",
"description": "Recreational, cultural and sporting services"
},
{
"scheme": "CPV",
"id": "98131000",
"description": "Religious services"
},
{
"scheme": "CPV",
"id": "98341110",
"description": "Housekeeping services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "CR0 1XG"
},
{
"region": "South East",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 425000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2023-01-11T16:00:00Z"
},
"contractPeriod": {
"startDate": "2023-08-11T00:00:00+01:00",
"endDate": "2029-08-10T23:59:59+01:00"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/d4da427d-f27c-4f52-8d74-d05b2422884d",
"datePublished": "2022-11-04T17:33:31Z",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-107236",
"name": "Home Office",
"identifier": {
"legalName": "Home Office"
},
"address": {
"streetAddress": "2 Marsham Street",
"locality": "London",
"postalCode": "SW1P 4DF",
"countryName": "GB"
},
"contactPoint": {
"name": "IRCsCommercial@homeoffice.gov.uk",
"email": "IRCsCommercial@homeoffice.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-107236",
"name": "Home Office"
}
}