Planning

Campsfield IRC

ATAMIS LTD

This public procurement record has 2 releases in its history.

Planning

28 Jun 2022 at 11:07

Planning

28 Jun 2022 at 09:21

Summary of the contracting process

The Home Office is initiating a procurement process for the "Campsfield IRC" project, aimed at providing operational, management, maintenance, and related services at Campsfield House Immigration Removal Centre in the South East of the United Kingdom. Currently in the planning stage, the procurement will culminate in a tender with an estimated total contract value of £227 million over a potential six-year period, with two optional one-year extensions. Key deadlines include the engagement end date of 31st July 2022. The procurement categorises under security services, specifically requiring various service provisions such as management, security, welfare, and facilities management.

This tender presents significant opportunities for businesses looking to expand in the public sector, particularly those specialising in security, facilities management, and related support services. Companies with capabilities in operational management, security provisions, and welfare services would be well-suited to compete for this contract. As the contract is structured to accommodate a large volume of detainees, firms that can demonstrate efficiency and compliance with regulatory standards will be particularly competitive. Additionally, an Industry Day is set to take place in July 2022 for interested suppliers, which can serve as a valuable networking opportunity.

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

Campsfield IRC

Notice Description

Contract for the provision of operational, management, maintenance and related works and services at Campsfield House Immigration Removal Centre. The content of this PIN, including the nature of services and estimated value, may be the subject to change. 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. Additional information: The Authority seeks commercial partners to provide services at Campsfield House Immigration Removal Centre (IRC), with an operating capacity of 400, 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. Campsfield House IRC Estimated Total Contract Value (6 years + 1 year extension + 1 year extension): PS227m GBP The content of this PIN, including the nature of services and estimated value, may be the subject to change. Additional Information An Industry Day will be held for interested Suppliers in July 2022 (subject to change). This Industry Day will be held virtually. Further details for the Industry Day to follow upon receipt of a signed NDA. Contact: IRCsCommercial@homeoffice.gov.uk. 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: CAMPSFIELD IRC Procurement - Expression of Interest Email to include: Organisation name, Contact name, E-mail address and telephone number. Once above 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 in July 2022 (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 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-793f84b7-4fb8-49f6-a345-c710638fdfa9
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/4b705ea5-4c13-4559-bd66-f6f976de055e
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
SME
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)

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

79710000 - 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
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 Jun 20223 years ago
Submission Deadline
Not specified
Future Notice Date
31 Jul 2022Expired
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
ATAMIS LTD
Additional Buyers

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

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-b5fd17-793f84b7-4fb8-49f6-a345-c710638fdfa9-2022-06-28T12:07:31+01:00",
    "date": "2022-06-28T12:07:31+01:00",
    "ocid": "ocds-b5fd17-793f84b7-4fb8-49f6-a345-c710638fdfa9",
    "language": "en",
    "initiationType": "tender",
    "title": "Campsfield IRC",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2022-07-31T23:59:59+01:00"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/4b705ea5-4c13-4559-bd66-f6f976de055e",
                "datePublished": "2022-06-28T10:21:18+01:00",
                "format": "text/html",
                "language": "en",
                "dateModified": "2022-06-28T12:07:31+01:00"
            }
        ]
    },
    "tender": {
        "id": "CF-0247500D58000000L5A4EAK1",
        "title": "Campsfield IRC",
        "description": "Contract for the provision of operational, management, maintenance and related works and services at Campsfield House Immigration Removal Centre. The content of this PIN, including the nature of services and estimated value, may be the subject to change. 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. Additional information: The Authority seeks commercial partners to provide services at Campsfield House Immigration Removal Centre (IRC), with an operating capacity of 400, 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. Campsfield House IRC Estimated Total Contract Value (6 years + 1 year extension + 1 year extension): PS227m GBP The content of this PIN, including the nature of services and estimated value, may be the subject to change. Additional Information An Industry Day will be held for interested Suppliers in July 2022 (subject to change). This Industry Day will be held virtually. Further details for the Industry Day to follow upon receipt of a signed NDA. Contact: IRCsCommercial@homeoffice.gov.uk. 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: CAMPSFIELD IRC Procurement - Expression of Interest Email to include: Organisation name, Contact name, E-mail address and telephone number. Once above 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 in July 2022 (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 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.",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "79710000",
            "description": "Security services"
        },
        "additionalClassifications": [
            {
                "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": "92000000",
                "description": "Recreational, cultural and sporting services"
            },
            {
                "scheme": "CPV",
                "id": "98341110",
                "description": "Housekeeping services"
            },
            {
                "scheme": "CPV",
                "id": "79710000",
                "description": "Security services"
            },
            {
                "scheme": "CPV",
                "id": "55500000",
                "description": "Canteen and catering services"
            },
            {
                "scheme": "CPV",
                "id": "90911100",
                "description": "Accommodation cleaning services"
            },
            {
                "scheme": "CPV",
                "id": "60130000",
                "description": "Special-purpose road passenger-transport services"
            },
            {
                "scheme": "CPV",
                "id": "45112700",
                "description": "Landscaping work"
            },
            {
                "scheme": "CPV",
                "id": "98341000",
                "description": "Accommodation services"
            },
            {
                "scheme": "CPV",
                "id": "98131000",
                "description": "Religious services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "OX5 1RE"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "OX5 1RE"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "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 Procurement Team",
                "email": "IRCsCommercial@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/hu9j9Du9",
            "name": "ATAMIS LTD",
            "identifier": {
                "legalName": "ATAMIS LTD",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/hu9j9Du9"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "countryName": "GB"
            },
            "contactPoint": {
                "name": "IRC Procurement Team",
                "email": "IRCsCommercial@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/hu9j9Du9",
        "name": "ATAMIS LTD"
    }
}