Notice Information
Notice Title
Irregular Migration Management Services (IMMS) Lot 2
Notice Description
The Authority conducted a procurement exercise for the provision of Healthcare Services at the Manston Reception Centre and associated Disembarkation Point(s) in Kent. The appointed Healthcare Services Provider is responsible for supporting the urgent healthcare needs of individuals arriving via Small Boats, from the point of disembarkation through to dispersal.
Lot Information
Operator Services
The Manston Reception Centre and Disembarkation Point/s in Kent require providers of Operator Services, including managing staffing of operations, security, facilities, and other wraparound services. The aim of the services is to provide a safe and secure environment, where Border Force can register and process individuals arriving in the UK on small boats from across the English Channel. The contracting authority (the Home Office) is looking for partner(s) to deliver: * Lot 1 - Operator Services The contracts will be awarded for an initial term of 6 years with an option to extend for up to an additional 4 x 12 month periods. The content of this notice, including the nature of works, services and estimated value, may be subject to change. This estimated total contract value excludes the estimated cost of the optional extensions. The estimated value of each optional extension is PS90.5m. The contract values included are estimates that are subject to change during the procurement process. The contract will be subject to break clauses to be applied in the event that, as per UK Government policy, the need for the services is successfully reduced over time, with corresponding reductions in the ultimate length and value of the contract. 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.
Renewal: The contract will run for 72 months with the option to extend for a further 4 x 12 month extension periods.
Healthcare ServicesThe Authority conducted a procurement exercise for the provision of Healthcare Services at the Manston Reception Centre and associated Disembarkation Point(s) in Kent. The appointed Healthcare Services Provider is responsible for supporting the urgent healthcare needs of individuals arriving via Small Boats, from the point of disembarkation through to dispersal. A comprehensive specification was provided within the tender documentation. Submitted proposals were evaluated against criteria covering quality, social value, and price. The contract is awarded for an initial term of 6 years with an option to extend for up to an additional four 12-month periods. The contract is fully flexible, with the awarded contract value representing the maximum potential cost over the full 10-year term. In line with Government policy, usage is expected to decrease over time, which will result in corresponding reductions to both the duration and overall value of the contract. The award criteria were based on a combination of price and quality, evaluated using a Price per Quality Point (PQP) methodology. This included a 10% quality weighting allocated specifically to Social Value. This notice pertains solely to the award of Lot 2. Lot 1 remains under evaluation and may be awarded at a later stage under the same procurement procedure. The award criteria were based on a combination of price and quality, evaluated using a Price per Quality Point (PQP) methodology. This included a 10% quality weighting allocated specifically to Social Value.
Options: The estimated total contract value includes the estimated cost of the optional extensions. The contract is awarded for an initial term of 6 years with an option to extend for up to an additional four 12 month periods.
Renewal: The contract will run for 72 months with the option to extend for a further 4 x 12 month extension periods.
Medical ServicesThe Authority seeks a commercial partner to provide medical services primarily at the National Reception Centre in Manston and Disembarkation and SOLAS centre in Western Jet Foil, Dover. Services may include : (a) Healthcare Services may be subject to change. The potential length of contract will be 6 years from service commencement, with options to extend, for up to a further 2 x 24 month periods. The content of this PIN, including the nature of works, services and estimated value, may be the subject to change. Additional information: * An Industry Day is planned to be hosted for interested Suppliers on Monday 8th January 2024 (subject to change). This Industry Day will be held in site in Manston, Kent. Further details for the Industry Day to follow upon receipt of a signed NDA. * The deadline for registering interest for this PIN will be Friday 2nd February 2024.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-042187
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/062448-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
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
85 - Health and social work services
90 - Sewage, refuse, cleaning and environmental services
98 - Other community, social and personal services
-
- CPV Codes
55500000 - Canteen and catering services
60130000 - Special-purpose road passenger-transport services
75000000 - Administration, defence and social security services
79710000 - Security services
79713000 - Guard services
79993000 - Building and facilities management services
85100000 - Health services
90911100 - Accommodation cleaning services
98341110 - Housekeeping services
Notice Value(s)
- Tender Value
- £521,300,000 £100M-£1B
- Lots Value
- £521,300,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £58,703,495 £10M-£100M
Notice Dates
- Publication Date
- 6 Oct 20254 months ago
- Submission Deadline
- 15 Nov 2024Expired
- Future Notice Date
- 23 Jul 2024Expired
- Award Date
- 10 Sep 20255 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Cancelled, Planned
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HOME OFFICE
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- nrc-commercial@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
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-h6vhtk-042187-2025-10-06T11:38:00+01:00",
"date": "2025-10-06T11:38:00+01:00",
"ocid": "ocds-h6vhtk-042187",
"description": "This procurement will be managed electronically via the Home Office's eSourcing Portal (JAGGAER). To participate in this procurement, participants must first be registered on the eSourcing Portal. If you have not yet registered on the eSourcing Portal, this can be done online at https://homeoffice.app.jaggaer.com 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, who will be entering into a contract if invited to do so. To express an interest please email: nrc-commercial@homeoffice.gov.uk Title of email: Irregular Migration Management Services- Expression of Interest Email to include: Organisation name, Contact name, E-mail address, telephone number, lot(s) that Organisation is expressing an interest in, confirmation of eSourcing Portal registration, and details of eSourcing Portal contact. 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 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. Once the registered user has completed and returned the NDA via the eSourcing Portal the Authority will enable the supplier to access the independent SQ area via the eSourcing Portal. The registered user will receive a notification email to alert them once this has been done. The closing date for submissions will be 12 p.m. on Friday 15th November 2024. SQ clarification requests must be submitted no later than 12 p.m. on Friday 1st November 2024. For technical assistance on use of the eSourcing Portal please contact the JAGGAER Supplier Helpdesk at customersupport@jaggaer.com or 0800 069 8630 (0800 - 1800hrs).",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-042187",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Irregular Migration Management Services (IMMS) Lot 2",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"mainProcurementCategory": "services",
"description": "The Authority conducted a procurement exercise for the provision of Healthcare Services at the Manston Reception Centre and associated Disembarkation Point(s) in Kent. The appointed Healthcare Services Provider is responsible for supporting the urgent healthcare needs of individuals arriving via Small Boats, from the point of disembarkation through to dispersal.",
"value": {
"amount": 521300000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Operator Services",
"description": "The Manston Reception Centre and Disembarkation Point/s in Kent require providers of Operator Services, including managing staffing of operations, security, facilities, and other wraparound services. The aim of the services is to provide a safe and secure environment, where Border Force can register and process individuals arriving in the UK on small boats from across the English Channel. The contracting authority (the Home Office) is looking for partner(s) to deliver: * Lot 1 - Operator Services The contracts will be awarded for an initial term of 6 years with an option to extend for up to an additional 4 x 12 month periods. The content of this notice, including the nature of works, services and estimated value, may be subject to change. This estimated total contract value excludes the estimated cost of the optional extensions. The estimated value of each optional extension is PS90.5m. The contract values included are estimates that are subject to change during the procurement process. The contract will be subject to break clauses to be applied in the event that, as per UK Government policy, the need for the services is successfully reduced over time, with corresponding reductions in the ultimate length and value of the contract. 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.",
"status": "active",
"value": {
"amount": 462600000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": true,
"renewal": {
"description": "The contract will run for 72 months with the option to extend for a further 4 x 12 month extension periods."
},
"secondStage": {
"maximumCandidates": 4
},
"selectionCriteria": {
"description": "The Authority will shortlist via a Supplier Questionnaire to a maximum of 4 bids for each lot."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "Healthcare Services",
"description": "The Authority conducted a procurement exercise for the provision of Healthcare Services at the Manston Reception Centre and associated Disembarkation Point(s) in Kent. The appointed Healthcare Services Provider is responsible for supporting the urgent healthcare needs of individuals arriving via Small Boats, from the point of disembarkation through to dispersal. A comprehensive specification was provided within the tender documentation. Submitted proposals were evaluated against criteria covering quality, social value, and price. The contract is awarded for an initial term of 6 years with an option to extend for up to an additional four 12-month periods. The contract is fully flexible, with the awarded contract value representing the maximum potential cost over the full 10-year term. In line with Government policy, usage is expected to decrease over time, which will result in corresponding reductions to both the duration and overall value of the contract. The award criteria were based on a combination of price and quality, evaluated using a Price per Quality Point (PQP) methodology. This included a 10% quality weighting allocated specifically to Social Value. This notice pertains solely to the award of Lot 2. Lot 1 remains under evaluation and may be awarded at a later stage under the same procurement procedure. The award criteria were based on a combination of price and quality, evaluated using a Price per Quality Point (PQP) methodology. This included a 10% quality weighting allocated specifically to Social Value.",
"status": "cancelled",
"value": {
"amount": 58700000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": true,
"renewal": {
"description": "The contract will run for 72 months with the option to extend for a further 4 x 12 month extension periods."
},
"secondStage": {
"maximumCandidates": 4
},
"selectionCriteria": {
"description": "The Authority will shortlist via a Supplier Questionnaire to a maximum of 4 bids for each lot."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "100"
}
]
},
"options": {
"description": "The estimated total contract value includes the estimated cost of the optional extensions. The contract is awarded for an initial term of 6 years with an option to extend for up to an additional four 12 month periods."
}
},
{
"id": "3",
"title": "Medical Services",
"description": "The Authority seeks a commercial partner to provide medical services primarily at the National Reception Centre in Manston and Disembarkation and SOLAS centre in Western Jet Foil, Dover. Services may include : (a) Healthcare Services may be subject to change. The potential length of contract will be 6 years from service commencement, with options to extend, for up to a further 2 x 24 month periods. The content of this PIN, including the nature of works, services and estimated value, may be the subject to change. Additional information: * An Industry Day is planned to be hosted for interested Suppliers on Monday 8th January 2024 (subject to change). This Industry Day will be held in site in Manston, Kent. Further details for the Industry Day to follow upon receipt of a signed NDA. * The deadline for registering interest for this PIN will be Friday 2nd February 2024.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "55500000",
"description": "Canteen and catering services"
},
{
"scheme": "CPV",
"id": "60130000",
"description": "Special-purpose road passenger-transport services"
},
{
"scheme": "CPV",
"id": "75000000",
"description": "Administration, defence and social security services"
},
{
"scheme": "CPV",
"id": "79710000",
"description": "Security services"
},
{
"scheme": "CPV",
"id": "79713000",
"description": "Guard services"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
},
{
"scheme": "CPV",
"id": "90911100",
"description": "Accommodation cleaning services"
},
{
"scheme": "CPV",
"id": "98341110",
"description": "Housekeeping services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "UK - United Kingdom; Dover, Kent; Manston, Kent"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "UK - United Kingdom; Dover, Kent; Manston, Kent"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Manston, Western Jet Foil (Dover) and other locations as required."
},
"relatedLot": "3"
}
],
"communication": {
"futureNoticeDate": "2024-07-24T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "Tuesday 9th January 2024"
},
"newValue": {
"text": "Monday 8th January 2024"
},
"where": {
"section": "VI.3)",
"label": "An Industry Day will be held for interested Suppliers on Tuesday 9th January 2024 (subject to change)."
}
}
]
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://homeoffice.app.jaggaer.com/web/login.html",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Please refer to the Guidance to Bidder pack on the Home Office eSourcing tool",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"noNegotiationNecessary": true,
"invitationDate": "2024-10-11T00:00:00+01:00"
},
"tenderPeriod": {
"endDate": "2024-11-15T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-1007",
"name": "Home Office",
"identifier": {
"legalName": "Home Office"
},
"address": {
"streetAddress": "2 Marsham Street",
"locality": "London",
"region": "UK",
"postalCode": "SW1P 4DF",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "nrc-commercial@homeoffice.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.gov.uk/home-office",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
]
}
},
{
"id": "GB-FTS-12758",
"name": "The Secretary of State for the Home Department",
"identifier": {
"legalName": "The Secretary of State for the Home Department"
},
"address": {
"streetAddress": "2 Marsham Street",
"locality": "London",
"region": "UK",
"postalCode": "SW1P 4DF",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "nrc-commercial@homeoffice.gov.uk",
"url": "https://homeoffice.app.jaggaer.com/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.gov.uk/home-office",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
]
}
},
{
"id": "GB-FTS-19964",
"name": "N/A",
"identifier": {
"legalName": "N/A"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-104151",
"name": "Home Office",
"identifier": {
"legalName": "Home Office"
},
"address": {
"streetAddress": "2 Marsham Street",
"locality": "London",
"region": "UK",
"postalCode": "SW1 4DF",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "nrc-commercial@homeoffice.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.gov.uk/home-office",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
]
}
},
{
"id": "GB-FTS-163051",
"name": "DoctorPA Ltd",
"identifier": {
"legalName": "DoctorPA Ltd",
"id": "09356355"
},
"address": {
"streetAddress": "42 Kew Court Richmond Road",
"locality": "Kingston Upon Thames",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-88",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-104151",
"name": "Home Office"
},
"language": "en",
"awards": [
{
"id": "062448-2025-1",
"relatedLots": [
"2"
],
"title": "Irregular Migration Management Services Lot 2 - Healthcare Services",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"minimumPercentage": 0.1,
"maximumPercentage": 0.1
},
"suppliers": [
{
"id": "GB-FTS-163051",
"name": "DoctorPA Ltd"
}
]
}
],
"contracts": [
{
"id": "062448-2025-1",
"awardID": "062448-2025-1",
"title": "Irregular Migration Management Services Lot 2 - Healthcare Services",
"status": "active",
"value": {
"amount": 58703495,
"currency": "GBP"
},
"dateSigned": "2025-09-11T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "2",
"value": 4
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "2",
"value": 2
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "2",
"value": 4
}
]
}
}