Tender

Heathrow IRC Operator Services

HOME OFFICE

This public procurement record has 4 releases in its history.

Tender

17 Mar 2026 at 16:08

Planning

07 Jan 2026 at 16:12

Planning

22 Sep 2025 at 15:47

Planning

01 May 2025 at 13:06

Summary of the contracting process

The Home Office has initiated a tender process seeking to contract operator services for the Heathrow Immigration Removal Centre (IRC), the largest immigration detention facility in Europe, located in London, United Kingdom. The tender is in the procurement stage, aiming for a procurement specific questionnaire response deadline on the 3rd of March 2026 and tender submissions due by the 20th of April 2026. Valued at approximately £901.5m excluding VAT, this open procurement involves competitive flexible procedure inviting organisations to manage services ranging from security and catering to religious and cleaning services. The current contracting extends from April 2028 to March 2034, with potential extensions extending up to four years.

This tender presents a substantial opportunity for companies specialising in facility management and the provision of comprehensive operational services. With sectors such as education, transport services, and facilities management being pertinent, SMEs could partner with the principal supplier to deliver elements of the required services. Businesses with strong technical capability and economic positioning are encouraged to express interest via the Home Office's eSourcing portal, with strategic engagement in dialogues aimed at understanding relocation risks and procurement timelines. The scale and complexity involved make it ideal for established firms with experience in handling large-scale public service contracts, but also open a pathway for smaller enterprises to contribute through subcontracting opportunities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Heathrow IRC Operator Services

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. Heathrow Immigration Removal Centre (IRC) is Europe's largest immigration detention facility, providing a contracted capacity of 1093 beds, and is made up of two sites: Harmondsworth (754 beds); and Colnbrook (339 beds). Heathrow IRC accepts around 12,000 detained individuals every year and provides crucial strategic and operational benefits to the Home Office. The Authority is seeking a commercial partner to operate the Heathrow Immigration Removal Centre, with the required services including but not limited to: a) security services; b) canteen and catering services; c) special-purpose road passenger-transport services; d) guard services; e) building and facilities management services; f) grounds maintenance services; g) education and training services; h) accommodation cleaning services; i) recreational, cultural and sporting services; j) religious services; k) accommodation services; l) housekeeping services; and m) administration, defence and social security services.

Lot Information

Lot 1

Options: An initial contract term of 6 years with the option to extend for a period of up to four years, comprising of 2+1+1.

Renewal: Maximum of four years (2+1+1)

Planning Information

• To express interest and obtain the documentation please contact the Heathrow IRC Procurement mailbox: heathrowircreprocurementproject@homeoffice.gov.uk • We kindly request your completed response be returned by 12 noon, 3rd of October 2025 to the Heathrow IRC Procurement mailbox: heathrowircreprocurementproject@homeoffice.gov.uk • When submitting, please include “RFI Response – Heathrow IRC Operator Services” in the subject line. Please note: • This RFI is for information-gathering purposes only. • Any information provided will be treated in confidence and used solely to inform the Home Office’s procurement strategy. • Suppliers are advised that this exercise does not form part of a formal procurement process, and no commercial advantage will be given to those who respond to this notice. • This is one of a series of potential market engagement activities. • The Home Office will contact suppliers who express an interest in this RFI, as well as those who participated in previous Heathrow IRC market engagement activities, to inform them of any subsequent market engagement opportunities. • Any Suppliers who have not engaged in earlier market engagement activities for this procurement will be required to sign a Non-Disclosure Agreement prior to receiving the RFI questionnaire. • If you are not able to respond within the timelines stated please let us know.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050b69
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024238-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
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)

77 - Agricultural, forestry, horticultural, aquacultural and apicultural 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

55500000 - Canteen and catering services

60130000 - Special-purpose road passenger-transport services

77314000 - Grounds maintenance 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
£901,500,000 £100M-£1B
Lots Value
£901,500,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Mar 20261 months ago
Submission Deadline
20 Apr 2026Expired
Future Notice Date
2 Mar 2026Expired
Award Date
Not specified
Contract Period
31 Mar 2028 - 31 Mar 2034 Over 5 years
Recurrence
2032-03-17

Notice Status

Tender Status
Active
Lots Status
Active
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-h6vhtk-050b69-2026-03-17T16:08:02Z",
    "date": "2026-03-17T16:08:02Z",
    "ocid": "ocds-h6vhtk-050b69",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PWGC-6513-PQLZ",
            "name": "Home Office",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWGC-6513-PQLZ"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "Heathrow IRC Procurement Team",
                "email": "HeathrowIRCreprocurementproject@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.gov.uk/home-office",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PWGC-6513-PQLZ",
        "name": "Home Office"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "* To express interest and obtain the documentation please contact the Heathrow IRC Procurement mailbox: heathrowircreprocurementproject@homeoffice.gov.uk * We kindly request your completed response be returned by 12 noon, 3rd of October 2025 to the Heathrow IRC Procurement mailbox: heathrowircreprocurementproject@homeoffice.gov.uk * When submitting, please include \"RFI Response - Heathrow IRC Operator Services\" in the subject line. Please note: * This RFI is for information-gathering purposes only. * Any information provided will be treated in confidence and used solely to inform the Home Office's procurement strategy. * Suppliers are advised that this exercise does not form part of a formal procurement process, and no commercial advantage will be given to those who respond to this notice. * This is one of a series of potential market engagement activities. * The Home Office will contact suppliers who express an interest in this RFI, as well as those who participated in previous Heathrow IRC market engagement activities, to inform them of any subsequent market engagement opportunities. * Any Suppliers who have not engaged in earlier market engagement activities for this procurement will be required to sign a Non-Disclosure Agreement prior to receiving the RFI questionnaire. * If you are not able to respond within the timelines stated please let us know.",
                "dueDate": "2025-10-03T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "018437-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/018437-2025",
                "datePublished": "2025-05-01T14:06:32+01:00",
                "format": "text/html"
            },
            {
                "id": "058665-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/058665-2025",
                "datePublished": "2025-09-22T16:47:23+01:00",
                "format": "text/html"
            },
            {
                "id": "001203-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/001203-2026",
                "datePublished": "2026-01-07T16:12:50Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "Heathrow IRC Operator Services / project_18030",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Heathrow IRC Operator 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. Heathrow Immigration Removal Centre (IRC) is Europe's largest immigration detention facility, providing a contracted capacity of 1093 beds, and is made up of two sites: Harmondsworth (754 beds); and Colnbrook (339 beds). Heathrow IRC accepts around 12,000 detained individuals every year and provides crucial strategic and operational benefits to the Home Office. The Authority is seeking a commercial partner to operate the Heathrow Immigration Removal Centre, with the required services including but not limited to: a) security services; b) canteen and catering services; c) special-purpose road passenger-transport services; d) guard services; e) building and facilities management services; f) grounds maintenance services; g) education and training services; h) accommodation cleaning services; i) recreational, cultural and sporting services; j) religious services; k) accommodation services; l) housekeeping services; and m) administration, defence and social security services.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79710000",
                        "description": "Security services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55500000",
                        "description": "Canteen and catering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60130000",
                        "description": "Special-purpose road passenger-transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314000",
                        "description": "Grounds maintenance 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",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1081800000,
            "amount": 901500000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2028-04-01T00:00:00+01:00",
                    "endDate": "2034-03-31T23:59:59+01:00",
                    "maxExtentDate": "2038-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 1081800000,
                    "amount": 901500000,
                    "currency": "GBP"
                },
                "renewal": {
                    "description": "Maximum of four years (2+1+1)"
                },
                "awardCriteria": {
                    "weightingDescription": "Weighted Price per Quality Point",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality - Technical and Social Value",
                            "description": "60% (including 10% Social Value)"
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "40%"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Details are included within the Procurement Specific Questionnaire."
                        },
                        {
                            "type": "technical",
                            "description": "Details are included within the Procurement Specific Questionnaire."
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "An initial contract term of 6 years with the option to extend for a period of up to four years, comprising of 2+1+1."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-03-02T23:59:59+00:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-03-03T10:00:00+00:00",
        "awardPeriod": {
            "endDate": "2027-11-15T23:59:59+00:00"
        },
        "procedure": {
            "features": "Stage 1 Procurement Specific Questionnaire Subject to Bidders completing and returning the Authority NDA, Bidders will be provided access to the Authority Procurement Specific Questionnaire (PSQ). All responses will be evaluated in accordance with the guidance contained within the PSQ documentation. Bidders will be required to respond via the Authority's eSourcing portal. Stage 2 Issue of ITT Procurement Documentation Following successful completion of the PSQ stage, bidders will be granted access to the full set of procurement documentation via the Authority's eSourcing portal. Stage 3 Site Visit and Group Dialogue A site visit to view the IRC will be arranged for all bidders who have successfully passed the PSQ stage (date to be confirmed). Following the site visit, the Authority will host an in-person Group Dialogue session. This session will provide the Authority with the opportunity to explain pre-identified aspects of the procurement documentation to ensure that bidders have a clear understanding of the tender requirements. Bidders will also have the opportunity to ask clarification questions in a group setting. Stage 4 One to One Dialogue Following the Group Dialogue session, individual virtual one-to-one Dialogue sessions will be available to bidders (dates to be confirmed). Attendance at these sessions is optional and bidders are under no obligation to participate. The purpose of the one-to-one Dialogue sessions is to provide bidders with an opportunity to raise bidder-specific or commercially confidential queries with the Authority. Following completion of the Dialogue stage, the Authority reserves the right to make minor amendments to elements of the tender documentation. Any revised documentation will be issued to all bidders via the eSourcing portal in advance of the deadline for submission of bidders' initial proposals. Stage 5 Bidders submit fully costed initial proposals Bidders are required to submit their fully costed proposals to the Authority in accordance with the instructions contained within the tender documentation. Stage 6 Evaluation and Moderation of Initial Bidder proposals (including feedback) Bidder proposals will be evaluated in accordance with the Detailed Evaluation Guidance (Technical Envelope) issued within the ITT documents. Following completion of the initial evaluation, Technical Envelope question scores will be moderated to ensure compliance with evaluation principles and to confirm that assessments by individual evaluators have been conducted in accordance with the published scoring methodology. Evaluation will be undertaken by the panel of initial evaluators for each relevant section and will consider each question independently of any others. A single consensus final qualitative score will be agreed at moderation for each technical question response submitted by each bidder. The final qualitative scores, agreed by consensus, will be recorded on the Authority's eSourcing portal and used to generate each bidder's overall Quality score (%) as described above. Bidders will be provided with feedback on their proposals via the Authority's eSourcing portal. At the conclusion of the Evaluation and Moderation stage, the Authority reserves the right to: - Exclude Bidders who achieve less than 60% of the available marks in the technical quality assessment (i.e., scoring below 60 out of 100 for the quality section; or - Progress to the Negotiation stage with all remaining bidders; or - Proceed directly to Contract Award Due Diligence (Stage 9) without entering into Negotiation and Best and Final Offer (BAFO) stages. Stage 7 Negotiation & BAFO Should the Authority elect to undertake Negotiations, bidders who progress from the initial ITT Evaluation and Moderation stage will be invited to participate in a Negotiation phase covering a number of pre-identified themed areas. The Authority is not obliged to enter into a Negotiation phase and may instead proceed directly to Contract Award Due Diligence without conducting Negotiations or inviting Best and Final Offers. Bidders will also be given the opportunity to propose additional areas for Negotiation, which the Authority may accept or reject at its sole discretion. At the conclusion of any Negotiation phase, bidders will be issued with a summary of the Negotiation discussions and will then be invited to submit their Best and Final Offer. Stage 8 Evaluation and Moderation of BAFO Bidders' submissions will first be evaluated and moderated in accordance with the published award criteria and assessment methodology, consistent with the approach outlined in Stage 6. Once evaluation and moderation stages have been completed, scores awarded in respect of quality and price will be combined to determine bidders' overall score and ranking. The outcome of this stage will be the formulation of a provisional recommendation for Contract award to the highest-scoring bidder. The formulation of a provisional recommendation does not constitute a decision to award the Contract. Stage 9 Contract Award Due Diligence The provisional recommendation for Contract award will be subject to a separate Due Diligence stage. This stage will include the completion of relevant checks and the approval of the recommendation in accordance with the Authority's appropriate governance arrangements. A decision to award the Contract will only be taken following the successful completion of the Due Diligence and Governance stages. The Authority reserves the right not to proceed to award the Contract."
        },
        "submissionMethodDetails": "Authority's eSourcing portal : https://homeoffice.app.jaggaer.com/web/login.html",
        "tenderPeriod": {
            "endDate": "2026-04-20T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-07T17:00:00+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "Subject to signing a Non-Disclosure Agreement, bidders will be provided with the relevant tender documentation to complete the Procurement Specific Questionnaire phase of the procurement via the Authority's eSourcing portal."
            },
            {
                "id": "024238-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/024238-2026",
                "datePublished": "2026-03-17T16:08:02Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2032-03-17T23:59:59+00:00"
                }
            ]
        },
        "riskDetails": "There is a potential requirement for the Authority to relocate the Heathrow IRC to an alternative site during the life of the contract arising from the proposed construction of a new third runway at Heathrow Airport. The timing of any relocation and the future location of the facility are currently unknown. This scenario could impact the Contractor's ability to deliver the services in accordance with the existing contractual arrangements and may require adjustments to operational models, staffing, mobilisation, or infrastructure to ensure continuity of service. While the Authority considers that such a relocation could jeopardise the satisfactory performance of the contract, the specific details of if and when it may occur, and the characteristics of any new facility, are not yet known and therefore cannot be addressed within the contract at award. As such, the risk meets the definition of a \"known risk\" under the Procurement Act 2023 because it is identifiable but cannot currently be mitigated through contractual provisions or specification requirements. A relocation may require revisions to service delivery arrangements, staffing patterns, site specific operational procedures, mobilisation/demobilisation activity, or logistical planning to ensure service continuity. The scale of potential impact cannot be determined at this stage due to the absence of confirmed information on the future site and timeline. Should this known risk materialise, the Authority may consider modifying the contract in accordance with the \"materialisation of a known risk\" provisions contained in paragraphs 5 to 7 of Schedule 8 of the Procurement Act 2023. Any such modification would be limited to what is necessary to address the consequences of the relocation, and would be subject to statutory conditions, including publication of a Contract Change Notice where required."
    },
    "language": "en"
}