Tender

Contract for the provision of operational, management and maintenance services at Tinsley House ImmigrationRemoval Centre/Pre Departure Accommodation and Brook House Immigration Removal Centre.

HOME OFFICE

This public procurement record has 1 release in its history.

Tender

24 Nov 2016 at 10:38

Summary of the contracting process

The Home Office is seeking tenders for a contract titled "Contract for the provision of operational, management and maintenance services at Tinsley House Immigration Removal Centre/Pre Departure Accommodation and Brook House Immigration Removal Centre." This procurement is classified under the services category and involves multiple industry sectors, including security, catering, and facility management. The procurement is currently in the Tender stage, with a deadline for expressions of interest set for 9th December 2016, and the tender period ending on 13th December 2016. The locations for service provision are on the perimeter of Gatwick Airport in the South East of England.

This opportunity presents significant potential for businesses specialising in security services, facility management, catering, and other related services. Companies experienced in managing complex environments, especially those familiar with immigration or detention facilities, will find this tender advantageous. The Home Office's intent to potentially increase or decrease capacity at the sites also suggests an adaptable approach to service provision, which could appeal to a diverse range of service providers looking to expand their business portfolios in the public sector.

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 operational, management and maintenance services at Tinsley House ImmigrationRemoval Centre/Pre Departure Accommodation and Brook House Immigration Removal Centre.

Notice Description

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 nine Immigration Removal Centres, two residential Short Term Holding Facilities, 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 is seeking commercial partners to provide a range of services at two Immigration Removal Centres (IRCs/PDA) which are situated on the perimeter of Gatwick Airport. Brook House IRC accommodates approximately 508 male detainees. Tinsley House IRC/PDA accommodates approximately 162 male detainees and additionally has 1 family apartment in the IRC for Border Force cases and two apartments for families with children under 18 years old in Pre- Departure Accommodation (PDA). The Authority is looking to maximise the efficient use of its immigration estate and may increase/decrease capacity at these sites in future. Services at the IRCs/PDA include (but are not limited to): - Overall management of the Immigration Removal Centres/PDA; - Security and guarding services; - Local escorting and hospital bed watches; Recreational, sporting and educational facilities; - Catering and shop services; - Religious and welfare facilities; - Provision of furniture and equipment; - Facilities management and cleaning services; and - Hard and soft landscaping services. In the Pre-Departure Accommodation, safeguarding and welfare, recreational, sporting and educational provision will be delivered under a separate contract. 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. Additional information: Respondents are requested to express interest by 9.12.2016, 14:00 GMT; the process for expression of interest and requesting further information is set out below. For the avoidance of doubt, please note that Respondents are required to express an interest separately for this competition regardless of their involvement in the 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 process, please follow the steps set out below. The procurement will be managed electronically via the Crown Commercial Service's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS e-Sourcing'. 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. Full instructions for registration and use of the system can be found at http://gps.cabinetoffice.gov.uk/i-am. Once registered, organisations wishing to participate in the tender must send an email to:Gatwickprocurement@homeoffice.gsi.gov.uk . The email should be entitled 'Gatwick re-tender Project -Expression of Interest' and contain the following details: your organisation's name, your contact name, e-mail address and telephone number. Any expressions of interest not submitted in the required form (or containing the requested information) may be rejected. Participants are requested to express interest by 9th December 2016 at 14:00 GMT, to allow sufficient time for the tender administrative process and submission of bids. The Authority requires 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 provide access to the NDA document through the eSourcing portal. The Authority requires Participants to download and 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 RFI and will be able to access all of the project documentation. RFI clarification requests must be submitted no later than 6.12.2016, 14:00 GMT. Any expressions of interest not submitted in the required form may be rejected. For technical assistance on use of the e-Sourcing Suite contact; Crown Commercial Service Help-

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-b826de4c-93d5-446d-a982-d46d23c53bdb
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/4efda928-ee98-4bc2-b431-473190235383
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Other -
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

55 - Hotel, restaurant and retail trade 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

79710000 - Security 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

Notice Value(s)

Tender Value
£1
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Nov 20169 years ago
Submission Deadline
13 Dec 2016Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
20 May 2018 - 20 May 2021 3-4 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
Contract for the provision of operational, management and mainte
Contact Email
gatwickprocurement@homeoffice.gsi.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
TLJ South East (England)

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

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-b826de4c-93d5-446d-a982-d46d23c53bdb-2016-11-24T10:38:04Z",
    "date": "2016-11-24T10:38:04Z",
    "ocid": "ocds-b5fd17-b826de4c-93d5-446d-a982-d46d23c53bdb",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "HO/15/02/OJEU",
        "title": "Contract for the provision of operational, management and maintenance services at Tinsley House ImmigrationRemoval Centre/Pre Departure Accommodation and Brook House Immigration Removal Centre.",
        "description": "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 nine Immigration Removal Centres, two residential Short Term Holding Facilities, 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 is seeking commercial partners to provide a range of services at two Immigration Removal Centres (IRCs/PDA) which are situated on the perimeter of Gatwick Airport. Brook House IRC accommodates approximately 508 male detainees. Tinsley House IRC/PDA accommodates approximately 162 male detainees and additionally has 1 family apartment in the IRC for Border Force cases and two apartments for families with children under 18 years old in Pre- Departure Accommodation (PDA). The Authority is looking to maximise the efficient use of its immigration estate and may increase/decrease capacity at these sites in future. Services at the IRCs/PDA include (but are not limited to): - Overall management of the Immigration Removal Centres/PDA; - Security and guarding services; - Local escorting and hospital bed watches; Recreational, sporting and educational facilities; - Catering and shop services; - Religious and welfare facilities; - Provision of furniture and equipment; - Facilities management and cleaning services; and - Hard and soft landscaping services. In the Pre-Departure Accommodation, safeguarding and welfare, recreational, sporting and educational provision will be delivered under a separate contract. 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. Additional information: Respondents are requested to express interest by 9.12.2016, 14:00 GMT; the process for expression of interest and requesting further information is set out below. For the avoidance of doubt, please note that Respondents are required to express an interest separately for this competition regardless of their involvement in the 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 process, please follow the steps set out below. The procurement will be managed electronically via the Crown Commercial Service's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS e-Sourcing'. 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. Full instructions for registration and use of the system can be found at http://gps.cabinetoffice.gov.uk/i-am. Once registered, organisations wishing to participate in the tender must send an email to:Gatwickprocurement@homeoffice.gsi.gov.uk . The email should be entitled 'Gatwick re-tender Project -Expression of Interest' and contain the following details: your organisation's name, your contact name, e-mail address and telephone number. Any expressions of interest not submitted in the required form (or containing the requested information) may be rejected. Participants are requested to express interest by 9th December 2016 at 14:00 GMT, to allow sufficient time for the tender administrative process and submission of bids. The Authority requires 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 provide access to the NDA document through the eSourcing portal. The Authority requires Participants to download and 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 RFI and will be able to access all of the project documentation. RFI clarification requests must be submitted no later than 6.12.2016, 14:00 GMT. Any expressions of interest not submitted in the required form may be rejected. For technical assistance on use of the e-Sourcing Suite contact; Crown Commercial Service Help-",
        "datePublished": "2016-11-24T10:38:04Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45112700",
            "description": "Landscaping work"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "55500000",
                "description": "Canteen and catering services"
            },
            {
                "scheme": "CPV",
                "id": "79710000",
                "description": "Security 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": "98341000",
                "description": "Accommodation services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 1,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Other -",
        "tenderPeriod": {
            "endDate": "2016-12-13T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2018-05-21T00:00:00+01:00",
            "endDate": "2021-05-20T23:59:59+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/4efda928-ee98-4bc2-b431-473190235383",
                "datePublished": "2016-11-24T10:38:04Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "OJEU Contract Notice",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/a2a88ff3-2d98-442b-95e1-416f7f1b5cbc",
                "format": "application/pdf"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/s4Rw35Tf",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/s4Rw35Tf"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Contract for the provision of operational, management and mainte",
                "email": "Gatwickprocurement@homeoffice.gsi.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/s4Rw35Tf",
        "name": "Home Office"
    }
}