Notice Information
Notice Title
Contract for the Provision of Operational, Management and Maintenance Services at Dungavel House Immigration Removal Centre
Notice Description
Contract for the provision of operation, management and maintenance services at Dungavel House Immigration Removal Centre. Additional information: 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 one of 7 Immigration Removal Centres, 2 residential Short-Term Holding Facilities, a 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 Dungavel House Immigration Removal Centre. Dungavel House has a maximum operating capacity of 200 and accommodates both male and female detainees.The requirement is to provide detention services for occupancy of 125 detainee places at Dungavel House. The maximum capacity of 200 detainee places allows for potential increase in future occupancy requirements. The estimated total contract value, if the increase from 125 to 200 detainees occurs, may rise from GBP 92.33 m to GBP 98.42 m (approx.).The estimated total contract value for the 125 detainee places covers detention services including (without limitation): overall management of the site, security and guarding services; safeguarding and welfare; well-being and cleaning; local escorting and hospital bed watches; recreational, sporting and educational facilities; healthcare provisions, catering and shop services; Religious and welfare facilities; provision of furniture and equipment; facilities management and cleaning services; and landscaping services. the same applies, in the event an increase in detainee places occurs.The length of contract will be 8 years from service commencement, with options to extend, for up to a further 2 years.For the avoidance of doubt, please note that respondents are required to express an interest separately for this competition regardless of their involvement in 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 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. If you have not yet registered this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by following the link to Register.All suppliers interested in learning more about any potential contract opportunities described in this contract notice should submit their details (company name, lead contact name, lead contact email address and telephone number), in the first instance, to the following address:. IRCDungavelProc@homeoffice.gov.ukArrangements will then be made for registered suppliers to access the eSourcing Portal for this opportunity so that they can provide a signed non-disclosure agreement to enable access to the Dungavel IRC Procurement Documents and SQ event on the eSourcing Portal.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 Friday 15 May 2020, to allow sufficient time for the tender administrative process and submission of responses. 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 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 standard selection questionnaire and will be able to access all of the project documentation. The closing date for submissions will be 11 a.m. on Friday 22 May 2020. SQ clarification requests must be submitted no later than 11 a.m. on Friday 15 May 2020.In light of the situation with COVID-19 we reserve the right to delay or adjust our timetables or such other aspects of the procurement as we consider appropriate. We will therefore keep the situation under constant review and will notify all bidders of any changes as and when these are required.OJEU Contract Notice Link : https://ted.europa.eu/udl?uri=TED:NOTICE:185503-2020:HTML:EN:HTML&tabId=1&tabLang=en
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-37a024ee-c8ec-4969-be7a-698f8692eff1
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/3caab817-6eae-449d-9dc6-982576eae609
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79710000 - Security services
Notice Value(s)
- Tender Value
- £92,330,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Apr 20205 years ago
- Submission Deadline
- 15 May 2020Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 24 Sep 2021 - 25 Sep 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
- IRC Dungavel Procurement Team
- Contact Email
- ircdungavelproc@homeoffice.gov.uk
- Contact Phone
- Not specified
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
-
https://www.contractsfinder.service.gov.uk/Notice/3caab817-6eae-449d-9dc6-982576eae609
27th April 2020 - 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-b5fd17-37a024ee-c8ec-4969-be7a-698f8692eff1-2020-04-27T11:34:55+01:00",
"date": "2020-04-27T11:34:55+01:00",
"ocid": "ocds-b5fd17-37a024ee-c8ec-4969-be7a-698f8692eff1",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "CF-0108000D58000000L5A4EAK1",
"title": "Contract for the Provision of Operational, Management and Maintenance Services at Dungavel House Immigration Removal Centre",
"description": "Contract for the provision of operation, management and maintenance services at Dungavel House Immigration Removal Centre. Additional information: 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 one of 7 Immigration Removal Centres, 2 residential Short-Term Holding Facilities, a 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 Dungavel House Immigration Removal Centre. Dungavel House has a maximum operating capacity of 200 and accommodates both male and female detainees.The requirement is to provide detention services for occupancy of 125 detainee places at Dungavel House. The maximum capacity of 200 detainee places allows for potential increase in future occupancy requirements. The estimated total contract value, if the increase from 125 to 200 detainees occurs, may rise from GBP 92.33 m to GBP 98.42 m (approx.).The estimated total contract value for the 125 detainee places covers detention services including (without limitation): overall management of the site, security and guarding services; safeguarding and welfare; well-being and cleaning; local escorting and hospital bed watches; recreational, sporting and educational facilities; healthcare provisions, catering and shop services; Religious and welfare facilities; provision of furniture and equipment; facilities management and cleaning services; and landscaping services. the same applies, in the event an increase in detainee places occurs.The length of contract will be 8 years from service commencement, with options to extend, for up to a further 2 years.For the avoidance of doubt, please note that respondents are required to express an interest separately for this competition regardless of their involvement in 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 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. If you have not yet registered this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by following the link to Register.All suppliers interested in learning more about any potential contract opportunities described in this contract notice should submit their details (company name, lead contact name, lead contact email address and telephone number), in the first instance, to the following address:. IRCDungavelProc@homeoffice.gov.ukArrangements will then be made for registered suppliers to access the eSourcing Portal for this opportunity so that they can provide a signed non-disclosure agreement to enable access to the Dungavel IRC Procurement Documents and SQ event on the eSourcing Portal.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 Friday 15 May 2020, to allow sufficient time for the tender administrative process and submission of responses. 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 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 standard selection questionnaire and will be able to access all of the project documentation. The closing date for submissions will be 11 a.m. on Friday 22 May 2020. SQ clarification requests must be submitted no later than 11 a.m. on Friday 15 May 2020.In light of the situation with COVID-19 we reserve the right to delay or adjust our timetables or such other aspects of the procurement as we consider appropriate. We will therefore keep the situation under constant review and will notify all bidders of any changes as and when these are required.OJEU Contract Notice Link : https://ted.europa.eu/udl?uri=TED:NOTICE:185503-2020:HTML:EN:HTML&tabId=1&tabLang=en",
"datePublished": "2020-04-27T11:34:55+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "79710000",
"description": "Security services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "ML10 6RF"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 92330000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation (above threshold)",
"tenderPeriod": {
"endDate": "2020-05-15T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2021-09-25T00:00:00+01:00",
"endDate": "2029-09-25T23:59:59+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/3caab817-6eae-449d-9dc6-982576eae609",
"datePublished": "2020-04-27T11:34:55+01:00",
"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": "IRC Dungavel Procurement Team",
"email": "IRCDungavelProc@homeoffice.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-107236",
"name": "Home Office"
}
}