Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Contract for the Provision of Operational, Management and Maintenance Services at Brook House Immigr

  • First published: 13 March 2019
  • Last modified: 13 March 2019
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
The Home Office (Secretary of State for the Home Department)
Authority ID:
AA28569
Publication date:
13 March 2019
Deadline date:
08 April 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 1 of 7 Immigration Removal Centres, 2 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 seeks a commercial partner to provide services at Brook House Immigration Removal Centre and Tinsley House Immigration Removal Centre/Pre-Departure Accommodation.

Services at the IRCs/PDA include (but are not limited to):

— overall management of the Immigration Removal Centres/PDA,

— security and Guarding services,

— safeguarding and welfare,

— well-being and cleaning,

— local escorting and hospital bed watches,

— recreational, sporting and educational facilities,

— catering and shop services,

— religious and welfare facilities,

— provision of furniture and equipment, and

— facilities management and cleaning services,

— landscaping services,

— tailored welfare service for the pre-departure accommodation to include social worker access.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Home Office

2 Marsham Street

London

SW1P 4DF

UK

Contact person: IRCs Procurement Team

E-mail: IRCsprocurement@homeoffice.gov.uk

NUTS: UK

Internet address(es)

Main address: www.gov.uk/home-office

Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk/sso/jsp/login.jsp

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://gpsesourcing.cabinetoffice.gov.uk/sso/jsp/login.jsp


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://gpsesourcing.cabinetoffice.gov.uk/sso/jsp/login.jsp


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://gpsesourcing.cabinetoffice.gov.uk/sso/jsp/login.jsp


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Contract for the Provision of Operational, Management and Maintenance Services at Brook House Immigration Removal Centre and Tinsley House Immigration Removal Centre/Pre-Departure Accommodation

II.1.2) Main CPV code

79710000

 

II.1.3) Type of contract

Services

II.1.4) Short description

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

II.1.5) Estimated total value

Value excluding VAT: 210 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

60130000

79710000

92000000

98131000

55500000

98341000

98341100

90911100

80000000

45112700

79993000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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 1 of 7 Immigration Removal Centres, 2 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 seeks a commercial partner to provide services at Brook House Immigration Removal Centre and Tinsley House Immigration Removal Centre/Pre-Departure Accommodation.

Services at the IRCs/PDA include (but are not limited to):

— overall management of the Immigration Removal Centres/PDA,

— security and Guarding services,

— safeguarding and welfare,

— well-being and cleaning,

— local escorting and hospital bed watches,

— recreational, sporting and educational facilities,

— catering and shop services,

— religious and welfare facilities,

— provision of furniture and equipment, and

— facilities management and cleaning services,

— landscaping services,

— tailored welfare service for the pre-departure accommodation to include social worker access.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 210 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

This contract can be extended for up to 2 years.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

The evaluation process will be detailed within the request for information (standard questionnaire) documentation. The Authority intends to invite up to 5 respondents, provided sufficient respondents meet the Authority's requirements to be invited to tender.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

NO.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) 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.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 247-570792

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 08/04/2019

Local time: 16:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Respondents are requested to express an interest by Monday 1.4.2019; 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, 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: IRCsprocurement@homeoffice.gov.uk

The email should be entitled “Gatwick IRCs Procurement — Expression of Interest” and contain the following details: your organisation's name, your contact name, email address and telephone number. Any expressions of interest not submitted in the required format (or containing the requested information) may be rejected. Participants are requested to express interest by Monday 1.4.2019, to allow sufficient time for the tender administrative process and submission of bids.

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 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 Standard Selection Questionnaire (also known as RFI) and will be able to access all of the project documentation.

The closing date for submissions will be 10:00 a.m. on Monday 8.4.2019.

SQ (RFI) clarification requests must be submitted no later than 16:00 on Monday 1.4.2019.

For technical assistance on use of the eSourcing Suite contact; Crown Commercial Service Help-desk: freephone: +443450103503 or email: supplier@ccs.gsi.gov.uk

VI.4) Procedures for review

VI.4.1) Review body

N/A

N/A

UK

VI.5) Date of dispatch of this notice

07/03/2019

Coding

Commodity categories

ID Title Parent category
90911100 Accommodation cleaning services Accommodation, building and window cleaning services
98341100 Accommodation management services Accommodation services
98341000 Accommodation services Accommodation and office services
79993000 Building and facilities management services Miscellaneous business-related services
55500000 Canteen and catering services Hotel, restaurant and retail trade services
80000000 Education and training services Education
45112700 Landscaping work Excavating and earthmoving work
92000000 Recreational, cultural and sporting services Other Services
98131000 Religious services Miscellaneous membership organisations services
79710000 Security services Investigation and security services
60130000 Special-purpose road passenger-transport services Road transport services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
IRCsprocurement@homeoffice.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.