Planning

Operational, management, maintenance and related works and services at three new Immigration Removal Centres (IRCs).

HOME OFFICE

This public procurement record has 1 release in its history.

Planning

10 Aug 2023 at 11:26

Summary of the contracting process

The Home Office is seeking operational, management, maintenance, and related works and services at three new Immigration Removal Centres. This procurement falls under the Health services industry category and is in the planning stage. The key milestone is the engagement end date on 6th November 2023.

This tender presents an opportunity for businesses to provide services for detainee management and care at the Immigration Removal Centres. Suitable businesses include those offering security, facilities management, education, catering, and landscaping services. Interested parties must register on the Home Office eSourcing Suite and can express interest by emailing IRCsCommercial@homeoffice.gov.uk. An Industry Day for potential suppliers is scheduled for w/c 21st August 2023.

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

Operational, management, maintenance and related works and services at three new Immigration Removal Centres (IRCs).

Notice Description

The Authority is responsible, under the Immigration Act 1971, the Immigration and Asylum Act 1999, the Nationality Immigration and Asylum Act 2002, the Immigration Act 2014 and the Illegal Migration Act 2023 for detaining and/or enforcing the removal of certain persons (Detainees). Due to the unprecedented rise of small boat crossings in recent years, demand on the IRC estate has increased and there is a requirement for the expansion of its capacity. This notice covers the procurement of operational services for an additional c1000 detention spaces across three sites. Alternative accommodation solutions are also being explored and, if approved, may lead to further demand for operational services. The content of this notice, including the nature of works, services and estimated value, may be subject to change. 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 following 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: IRCsCommercial@homeoffice.gov.uk Title of email: (RELEVANT LOT) IRC Procurement - Expression of Interest. Email to include: Organisation name, Contact name, E-mail address and telephone number. Once these steps are completed, documents will be made available via the portal, subject to parties signing a Non-Disclosure Agreement (NDA). An Industry Day will be held for interested Suppliers on w/c 21st August 2023 (subject to change). This Industry Day will be held virtually. Further details for the Industry Day to follow upon receipt of a signed NDA. The contract falls under Regulation 74 of Public Sector Contract Regulations 2015 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. Additional information: IRC Site 1: Provision of operational, management, maintenance and related works and services. The Authority seeks a commercial partner to provide works and services at IRC Site 1 with an operating capacity of c360 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. Education and Recreational; h. Landscaping. The potential length of contract will be 4 years from service commencement, with options to extend, possibly for up to a further 2 years. Estimated TCV for Lot 1: PS108,000,000 GBP. IRC Site 2: Provision of operational, management, maintenance and related works and services. The Authority seeks a commercial partner to provide works and services at IRC Site 2 with an operating capacity of c300 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. Education and Recreational; h. Landscaping. The potential length of contract will be 4 years from service commencement, with options to extend, for up to a further 2 years. Estimated TCV for Lot 2: PS90,000,000 GBP IRC Site 3: Provision of operational, management, maintenance and related works and services The Authority seeks a commercial partner to provide works and services at IRC Site 3 with an operating capacity of c360 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. Education and Recreational; h. Landscaping. The potential length of contract will be 4 years from service commencement, with options to extend, for up to a further 2 years. The estimated TCV for Lot 3: PS108,000,000 GBP. The content of this notice, including the nature of works, services and estimated value, may be the subject to change. An Industry Day will be held for interested Suppliers on w/c 21st August 2023 (subject to change). This Industry Day will be held virtually. Further details for the Industry Day to follow upon receipt of a signed NDA.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-5d369c62-f7f3-4706-a0ce-8cd565f12f50
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/9a48bd2b-6b44-4abf-ac94-bdbec99bed67
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Market Engagement Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
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

85 - Health and social work 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

85100000 - Health 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
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Aug 20232 years ago
Submission Deadline
Not specified
Future Notice Date
6 Nov 2023Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planning
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-b5fd17-5d369c62-f7f3-4706-a0ce-8cd565f12f50-2023-08-10T12:26:26+01:00",
    "date": "2023-08-10T12:26:26+01:00",
    "ocid": "ocds-b5fd17-5d369c62-f7f3-4706-a0ce-8cd565f12f50",
    "language": "en",
    "initiationType": "tender",
    "title": "Operational, management, maintenance and related works and services at three new Immigration Removal Centres (IRCs).",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2023-11-06T23:59:59Z"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/9a48bd2b-6b44-4abf-ac94-bdbec99bed67",
                "datePublished": "2023-08-10T12:26:26+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "CF-0334700D58000000L5A4EAK",
        "title": "Operational, management, maintenance and related works and services at three new Immigration Removal Centres (IRCs).",
        "description": "The Authority is responsible, under the Immigration Act 1971, the Immigration and Asylum Act 1999, the Nationality Immigration and Asylum Act 2002, the Immigration Act 2014 and the Illegal Migration Act 2023 for detaining and/or enforcing the removal of certain persons (Detainees). Due to the unprecedented rise of small boat crossings in recent years, demand on the IRC estate has increased and there is a requirement for the expansion of its capacity. This notice covers the procurement of operational services for an additional c1000 detention spaces across three sites. Alternative accommodation solutions are also being explored and, if approved, may lead to further demand for operational services. The content of this notice, including the nature of works, services and estimated value, may be subject to change. 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 following 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: IRCsCommercial@homeoffice.gov.uk Title of email: (RELEVANT LOT) IRC Procurement - Expression of Interest. Email to include: Organisation name, Contact name, E-mail address and telephone number. Once these steps are completed, documents will be made available via the portal, subject to parties signing a Non-Disclosure Agreement (NDA). An Industry Day will be held for interested Suppliers on w/c 21st August 2023 (subject to change). This Industry Day will be held virtually. Further details for the Industry Day to follow upon receipt of a signed NDA. The contract falls under Regulation 74 of Public Sector Contract Regulations 2015 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. Additional information: IRC Site 1: Provision of operational, management, maintenance and related works and services. The Authority seeks a commercial partner to provide works and services at IRC Site 1 with an operating capacity of c360 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. Education and Recreational; h. Landscaping. The potential length of contract will be 4 years from service commencement, with options to extend, possibly for up to a further 2 years. Estimated TCV for Lot 1: PS108,000,000 GBP. IRC Site 2: Provision of operational, management, maintenance and related works and services. The Authority seeks a commercial partner to provide works and services at IRC Site 2 with an operating capacity of c300 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. Education and Recreational; h. Landscaping. The potential length of contract will be 4 years from service commencement, with options to extend, for up to a further 2 years. Estimated TCV for Lot 2: PS90,000,000 GBP IRC Site 3: Provision of operational, management, maintenance and related works and services The Authority seeks a commercial partner to provide works and services at IRC Site 3 with an operating capacity of c360 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. Education and Recreational; h. Landscaping. The potential length of contract will be 4 years from service commencement, with options to extend, for up to a further 2 years. The estimated TCV for Lot 3: PS108,000,000 GBP. The content of this notice, including the nature of works, services and estimated value, may be the subject to change. An Industry Day will be held for interested Suppliers on w/c 21st August 2023 (subject to change). This Industry Day will be held virtually. Further details for the Industry Day to follow upon receipt of a signed NDA.",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "75000000",
                "description": "Administration, defence and social security services"
            },
            {
                "scheme": "CPV",
                "id": "45112700",
                "description": "Landscaping work"
            },
            {
                "scheme": "CPV",
                "id": "55500000",
                "description": "Canteen and catering services"
            },
            {
                "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": "92000000",
                "description": "Recreational, cultural and sporting services"
            },
            {
                "scheme": "CPV",
                "id": "98131000",
                "description": "Religious services"
            },
            {
                "scheme": "CPV",
                "id": "80000000",
                "description": "Education and training services"
            },
            {
                "scheme": "CPV",
                "id": "98341000",
                "description": "Accommodation services"
            },
            {
                "scheme": "CPV",
                "id": "90911100",
                "description": "Accommodation cleaning services"
            },
            {
                "scheme": "CPV",
                "id": "98341110",
                "description": "Housekeeping services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1P 4DF"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-254818",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "streetAddress": "'2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "countryName": "GB"
            },
            "contactPoint": {
                "name": "IRCs Commercial",
                "email": "IRCsCommercial@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-254818",
        "name": "Home Office"
    }
}