An official website of the European Union
All official European Union website addresses are in the europa.eu domain.
български (BG)
español (ES)
čeština (CS)
dansk (DA)
deutsch (DE)
eesti (ET)
ελληνικά (EL)
english (EN)
français (FR)
gaeilge (GA)
hrvatski (HR)
italiano (IT)
latviešu (LV)
lietuvių (LT)
magyar (HU)
malti (MT)
nederlands (NL)
polski (PL)
português (PT)
română (RO)
slovenčina (SK)
slovenščina (SL)
suomi (FI)
svenska (SV)
Successfully signed out
You are signed out of the TED application, but you 're still logged in to EU Login. If you wish to logout of EU Login, please click here
404486-2016 - Competition
Notice View
Summary
I.1.
Name and addresses
Official name: Home Office
Official name: Home Office
Postal address: 2 Marsham Street
Town: London
NUTS code: UK United Kingdom
Postal code: SW1P 4DF
Country: United Kingdom
Contact person: Chris Veale
Telephone: +44 2081964811
Fax: +44 2081964442
Internet address(es):
Main address: www.gov.uk/home-office
I.5.
Main activity
Public order and safety
Public order and safety
II.1.1.
Title
Contract for the provision of operational, management and maintenance services at Tinsley House Immigration Removal Centre/Pre Departure Accommodation and Brook House Immigration Removal Centre.
Reference number: HO/15/02/OJEU
II.1.2.
Main CPV code
79710000 Security services
79710000 Security services
II.1.3.
Type of contract
Services
Services
II.1.6.
Information about lots
This contract is divided into lots: no
This contract is divided into lots: no
II.2.2.
Additional CPV code(s)
45112700 Landscaping work, 55500000 Canteen and catering services, 60130000 Special-purpose road passenger-transport 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, 98341100 Accommodation management services
45112700 Landscaping work, 55500000 Canteen and catering services, 60130000 Special-purpose road passenger-transport 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, 98341100 Accommodation management services
II.2.3.
Place of performance
NUTS code: UK United Kingdom
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:
This contract can be extended for up to 3 years.
IV.2.1.
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 13/12/2016 Local time: 11:00
Date: 13/12/2016 Local time: 11:00
IV.2.3.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 26/01/2017
Date: 26/01/2017
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
English
VI.5.
Date of dispatch of this notice
15/11/2016
15/11/2016
Languages and formats
Notice
Official language
404486-2016 - CompetitionSee the notice on TED website 
404486-2016
404486-2016 - CompetitionUnited Kingdom-London: Security services
OJ S 222/2016 17/11/2016
Contract notice
Services
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1.
Name and addresses
Official name: Home Office
Official name: Home Office
Postal address: 2 Marsham Street
Town: London
NUTS code: UK United Kingdom
Postal code: SW1P 4DF
Country: United Kingdom
Contact person: Chris Veale
Telephone: +44 2081964811
Fax: +44 2081964442
Internet address(es):
Main address: www.gov.uk/home-office
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
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 submitted 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
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5.
Main activity
Public order and safety
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 Tinsley House Immigration Removal Centre/Pre Departure Accommodation and Brook House Immigration Removal Centre.
Reference number: HO/15/02/OJEU
II.1.2.
Main CPV code
79710000 Security services
79710000 Security services
II.1.3.
Type of contract
Services
Services
II.1.4.
Short description
Contract for the provision of operational, management and maintenance services at Tinsley House Immigration Removal Centre/Pre-departure Accommodation and Brook House Immigration Removal Centre.
II.1.5.
Estimated total value
II.1.6.
Information about lots
This contract is divided into lots: no
This contract is divided into lots: no
II.2.
Description
II.2.2.
Additional CPV code(s)
45112700 Landscaping work, 55500000 Canteen and catering services, 60130000 Special-purpose road passenger-transport 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, 98341100 Accommodation management services
45112700 Landscaping work, 55500000 Canteen and catering services, 60130000 Special-purpose road passenger-transport 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, 98341100 Accommodation management services
II.2.3.
Place of performance
NUTS code: UK United Kingdom
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 one of nine Immigration Removal Centres, two 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 is seeking commercial partners to provide a range of services at two Immigration Removal Centres (IRCs/PDA) which are situated on the perimeter of Gatwick Airport.
Brook House IRC accommodates approximately 508 male detainees. Tinsley House IRC/PDA accommodates approximately 162 male detainees and additionally has 1 family apartment in the IRC for Border Force cases and two apartments for families with children under 18 years old in Pre- Departure Accommodation (PDA).
The Authority is looking to maximise the efficient use of its immigration estate and may increase/decrease capacity at these sites in future. Services at the IRCs/PDA include (but are not limited to):
— Overall management of the Immigration Removal Centres/PDA;
— Security and guarding services;
— Local escorting and hospital bed watches;
— Recreational, sporting and educational facilities;
— Catering and shop services;
— Religious and welfare facilities;
— Provision of furniture and equipment;
— Facilities management and cleaning services; and
— Hard and soft landscaping services.
In the Pre-Departure Accommodation, safeguarding and welfare, recreational, sporting and educational provision will be delivered under a separate contract.
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.
II.2.5.
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6.
Estimated value
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:
This contract can be extended for up to 3 years.
II.2.9.
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5Objective criteria for choosing the limited number of candidates:
Envisaged number of candidates: 5Objective 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
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
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
Selection criteria as stated in the procurement documents
III.1.3.
Technical and professional ability
Selection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
Section IV: Procedure
IV.1.
Description
IV.1.1.
Type of procedure
Restricted procedure
Restricted procedure
IV.1.3.
Information about a framework agreement or a dynamic purchasing system
IV.1.8.
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
The procurement is covered by the Government Procurement Agreement: no
IV.2.
Administrative information
IV.2.1.
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 13/12/2016 Local time: 11:00
Date: 13/12/2016 Local time: 11:00
IV.2.3.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 26/01/2017
Date: 26/01/2017
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
English
Section VI: Complementary information
VI.1.
Information about recurrence
This is a recurrent procurement: no
This is a recurrent procurement: no
VI.3.
Additional information
Respondents are requested to express interest by 9.12.2016, 14:00 GMT; 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 process, 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: Gatwickprocurement@homeoffice.gsi.gov.uk. The email should be entitled ‘Gatwick re-tender Project — Expression of Interest’ and contain the following details: your organisation's name, your contact name, e-mail address and telephone number.
Any expressions of interest not submitted in the required form (or containing the requested information) may be rejected. Participants are requested to express interest by 9th December 2016 at 14:00 GMT, to allow sufficient time for the tender administrative process and submission of bids.
The Authority requires 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 provide access to the NDA document through the eSourcing portal. The Authority requires 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 and will be able to access all of the project documentation.
RFI clarification requests must be submitted no later than 6.12.2016, 14:00 GMT.
Any expressions of interest not submitted in the required form (or containing the requested information) may be rejected.
For technical assistance on use of the e-Sourcing Suite contact; Crown Commercial Service Help-desk: freephone: +44 3450103503 or email: supplier@ccs.gsi.gov.uk.
VI.4.
Procedures for review
VI.4.1.
Review body
Official name: N/A
Official name: N/A
Town: N/A
Country: United Kingdom
VI.5.
Date of dispatch of this notice
15/11/2016
15/11/2016

Discover more on europa.eu
Social media
Social media
EU institutions and bodies
EU institutions and bodies