Campsfield House and Haslar IRCs Procurement

A Pre-Procurement Notice
by HOME OFFICE

Source
Contracts Finder
Type
Future Contract (Services)
Duration
not specified
Value
£399M
Sector
FACILITY
Published
21 Sep 2022
Delivery
not specified
Deadline
21 Oct 2022 23:59

Concepts

Location

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

Contracts for the provision of operational, management, maintenance and related works and services at Campsfield House IRC and Haslar IRC. The Authority is responsible, under 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 (Detainees). At any one time, there is capacity for approximately 3,000 Detainees to be held overnight in one of seven Immigration Removal Centres, three residential Short-Term Holding Facilities, a Pre-Departure Accommodation (PDA), and prisons 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 and at police stations. The Authority seeks commercial partners to provide services at: Lot 1: Campsfield House Immigration Removal Centre (IRC), with an operating capacity of 400, and Lot 2: Haslar Immigration Removal Centre (IRC), with an operating capacity of 600. Both IRCs will accommodate male detainees. Services required include: (but are not limited to): a. Overall management of the site; b. Security and guarding; c. Welfare and general care; d. Local escorting and hospital bed watches; e. Provision of furniture and equipment; f. Facilities Management and cleaning services; g. Educational and Recreational; h. Landscaping. The potential length of each contract will be 6 years from service commencement, with options to extend, for up to a further 2 years. Estimated Total Contract Values: Lot 1: Campsfield House IRC: £170m GBP. Lot 2: Haslar IRC: £229m GBP A feasibility assessment is being undertaken regarding the use of the Haslar site as an IRC. The outcome could alter the Authority's approach to the use of Haslar and Lot 2 of this procurement. Content of this PIN may be subject to change. This PIN updates and replaces notice 2022/S 000-017582

CPV Codes

  • 79710000 - Security services
  • 45112700 - Landscaping work
  • 55500000 - Canteen and catering services
  • 60130000 - Special-purpose road passenger-transport services
  • 79713000 - Guard services
  • 98131000 - Religious services
  • 79993000 - Building and facilities management services
  • 98341000 - Accommodation services
  • 80000000 - Education and training services
  • 90911100 - Accommodation cleaning services
  • 92000000 - Recreational, cultural and sporting services
  • 98341110 - Housekeeping services

Indicators

  • Contract is suitable for SMEs.

Other Information

Site visits are planned for 29th September at Campsfield House IRC and 6th October 2022 at Haslar IRC.In addition virtual market engagement events will be held in October (subject to change). Further details of events to follow upon receipt of a signed NDA.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: IRCsCommercial@homeoffice.gov.ukTitle of email: (RELEVANT LOT) 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).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.The content of this PIN, including the nature of services and estimated value, may be the subject to change.

Reference

Domains