Notice Information
Notice Title
Contract for the provision of operational, management, maintenance and related works and services at Haslar Immigration Removal Centre (IRC). Content of this PIN may be subject to change.
Notice Description
The Authority is responsible, under statutory obligations including 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. At any one time, there is capacity for approximately 2,400 detained individuals to be held in one of seven Immigration Removal Centres, three residential Short-Term Holding Facilities, a Pre-Departure Accommodation (PDA), and prisons across the United Kingdom. Haslar IRC will, subject to ongoing works, ultimately have capacity to house a maximum of 600 adult males.
Lot Information
Lot 1
The Authority seeks commercial partners to provide services at Haslar Immigration Removal Centre (IRC), with an initial operating capacity of 130 going up to 600 post-completion of ongoing refurbishment and construction works. The centre will only accommodate males. Services required include: (but are not limited to): i. Overall management of the site; ii. Security and guarding; iii. Welfare and general care; iv. Local escorting and hospital bed watches; v. Provision of furniture and equipment; vi. Facilities Management and cleaning services; The refurbishment and construction of the site is being delivered in two phases and the operating capacity of Phase 1 will be 130 which will increase to 600 on completion of Phase 2 construction. This contract covers the operation of the site at a capacity of 130. An option to include the additional 470 beds at a future point in time may be invoked but is not guaranteed and is at the discretion of the Authority. The estimated contract value of PS110m (exc VAT) in this PIN only covers Phase 1 and does not include the value of the option to increase by 470 beds to phase 2 should this be enacted. The potential length of contract will be 6 years from service commencement, with a core term of 4 years and an option to extend for up to a further 2 years. The content of this PIN, including the nature of services and estimated value, may be subject to change. Additional information: Market engagement events will be held for interested Suppliers in February (subject to change). These will be held virtually. Further details of events to follow upon receipt of a signed NDA.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04de9a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004975-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning 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
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
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
- £110,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Feb 20251 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 15 Jun 2025Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE SECRETARY OF STATE FOR THE HOME DEPARTMENT
- Contact Name
- IRC Procurement Team
- Contact Email
- haslarircprocurement@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-04de9a-2025-02-13T15:21:25Z",
"date": "2025-02-13T15:21:25Z",
"ocid": "ocds-h6vhtk-04de9a",
"description": "The Home Office eSourcing is used for sourcing activities. Please follow the steps below to register your interest: 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: HaslarIRCProcurement@homeoffice.gov.uk Title of email: Haslar 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). Market engagement events will be held for interested Suppliers in February (subject to change). These will be held virtually. Further details of events to follow upon receipt of a signed NDA. The contract currently falls under Regulation 74 of and Schedule 3 to the Public Contracts Regulations 2015 (PCR 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. Should the Procurement Act 2023 commence prior to launch of the tender for this contract, then the contract will be governed by this act and not PCR 2015. The content of this PIN, including the nature of services and estimated value, may be the subject to change.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04de9a",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Contract for the provision of operational, management, maintenance and related works and services at Haslar Immigration Removal Centre (IRC). Content of this PIN may be subject to change.",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "79710000",
"description": "Security services"
},
"mainProcurementCategory": "services",
"description": "The Authority is responsible, under statutory obligations including 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. At any one time, there is capacity for approximately 2,400 detained individuals to be held in one of seven Immigration Removal Centres, three residential Short-Term Holding Facilities, a Pre-Departure Accommodation (PDA), and prisons across the United Kingdom. Haslar IRC will, subject to ongoing works, ultimately have capacity to house a maximum of 600 adult males.",
"value": {
"amount": 110000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Authority seeks commercial partners to provide services at Haslar Immigration Removal Centre (IRC), with an initial operating capacity of 130 going up to 600 post-completion of ongoing refurbishment and construction works. The centre will only accommodate males. Services required include: (but are not limited to): i. Overall management of the site; ii. Security and guarding; iii. Welfare and general care; iv. Local escorting and hospital bed watches; v. Provision of furniture and equipment; vi. Facilities Management and cleaning services; The refurbishment and construction of the site is being delivered in two phases and the operating capacity of Phase 1 will be 130 which will increase to 600 on completion of Phase 2 construction. This contract covers the operation of the site at a capacity of 130. An option to include the additional 470 beds at a future point in time may be invoked but is not guaranteed and is at the discretion of the Authority. The estimated contract value of PS110m (exc VAT) in this PIN only covers Phase 1 and does not include the value of the option to increase by 470 beds to phase 2 should this be enacted. The potential length of contract will be 6 years from service commencement, with a core term of 4 years and an option to extend for up to a further 2 years. The content of this PIN, including the nature of services and estimated value, may be subject to change. Additional information: Market engagement events will be held for interested Suppliers in February (subject to change). These will be held virtually. Further details of events to follow upon receipt of a signed NDA.",
"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": "79710000",
"description": "Security services"
},
{
"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": "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"
},
{
"scheme": "CPV",
"id": "98341110",
"description": "Housekeeping services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "IRC Haslar, Dolphin Way, Gosport, PO12 2AW"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2025-06-16T00:00:00+01:00"
},
"amendments": [
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"text": "Contracts for the provision of operational, management, maintenance and related works and services at Haslar Immigration Removal Centre (IRC). Content of this PIN may be subject to change."
},
"newValue": {
"text": "Contract for the provision of operational, management, maintenance and related works and services at Haslar Immigration Removal Centre (IRC). Content of this PIN may be subject to change."
},
"where": {
"section": "II.1.1"
}
},
{
"oldValue": {
"text": "The Authority seeks commercial partners to provide services at Haslar Immigration Removal Centre (IRC), with an initial operating capacity of 130 going up to 600 post-completion of ongoing refurbishment and construction works. The centre will only accommodate males. Services required include: (but are not limited to): i. Overall management of the site; ii. Security and guarding; iii. Welfare and general care; iv. Local escorting and hospital bed watches; v. Provision of furniture and equipment; vi. Facilities Management and cleaning services; The refurbishment and construction of the site is being delivered in two phases and the operating capacity of Phase 1 will be 130 which will increase to 600 on completion of Phase 2 construction. This contract covers the operation of the site at a capacity of 130. An option to include the additional 470 beds at a future point in time may be invoked but is not guaranteed and is at the discretion of the Authority. The estimated contract value of PS110m (exc VAT) in this PIN only covers Phase 1 and does not include the value of the option to increase by 470 beds to phase 2 should this be enacted. The potential length of contract will be 6 years from service commencement, with a core term of 4 years and an option to extend for up to a further 2 years. The content of this PIN, including the nature of services and estimated value, may be subject to change."
},
"newValue": {
"text": "The Authority seeks a commercial partner to provide services at Haslar Immigration Removal Centre (IRC), with an initial operating capacity of 130 going up to 600 post-completion of ongoing refurbishment and construction works. The centre will only accommodate males. Services required include: (but are not limited to): i. Overall management of the site; ii. Security and guarding; iii. Welfare and general care; iv. Local escorting and hospital bed watches; v. Provision of furniture and equipment; vi. Facilities Management and cleaning services; The refurbishment and construction of the site is being delivered in two phases and the operating capacity of Phase 1 will be 130 which will increase to 600 on completion of Phase 2 construction. This contract covers the operation of the site at a capacity of 130. An option to include the additional 470 beds at a future point in time may be invoked but is not guaranteed and is at the discretion of the Authority. The estimated contract value of PS110m (exc VAT) in this PIN only covers Phase 1 and does not include the value of the option to increase by 470 beds to phase 2 should this be enacted. The potential length of contract will be 6 years from service commencement, with a core term of 4 years and an option to extend for up to a further 2 years. The content of this PIN, including the nature of services and estimated value, may be subject to change."
},
"where": {
"section": "II.2.4"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-56710",
"name": "The Secretary of State for the Home Department",
"identifier": {
"legalName": "The Secretary of State for the Home Department"
},
"address": {
"streetAddress": "Home Office, 2 Marsham Street",
"locality": "London",
"region": "UK",
"postalCode": "SW1P 4DF",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "IRC Procurement Team",
"email": "HaslarIRCProcurement@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"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-56710",
"name": "The Secretary of State for the Home Department"
},
"language": "en"
}