Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 97871-2014

Display compact view

22/03/2014    S58

United Kingdom-Croydon: Investigation and security services

2014/S 058-097871

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: Home Office
Postal address: 7th Floor Lunar House 40 Wellesley Road
Town: Croydon
Postal code: CR9 2BY
Country: United Kingdom
E-mail: dscommercialprocurement@homeoffice.gsi.gov.uk

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Provision of operation, management and maintenance services in relation to Colnbrook and Harmondsworth immigration removal centres.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 23: Investigation and security services, except armoured car services

NUTS code UK UNITED KINGDOM

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
Contractor is to operate, manage and maintain Colnbrook and Harmondsworth immigration removal centres.
II.1.5)Common procurement vocabulary (CPV)

79700000 Investigation and security services, 55500000 Canteen and catering services, 60000000 Transport services (excl. Waste transport), 80000000 Education and training services, 85141000 Services provided by medical personnel, 90911100 Accommodation cleaning services, 92000000 Recreational, cultural and sporting services, 98341000 Accommodation services

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 181 023 729 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Quality. Weighting 55
2. Price. Weighting 45
IV.2.2)Information about electronic auction
An electronic auction has been used: yes
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
C/12/166
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

of 6.9.2013

Section V: Award of contract

Contract No: C/12/166 Lot title: The operation, management and maintenance services in relation to Colnbrook and Harmondsworth IRCs
V.1)Date of contract award decision:
31.1.2014
V.2)Information about offers
Number of offers received: 4
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Official name: Mitie Care and Custody Ltd
Postal address: 1 Harlequin Office Park Fieldfare Emerson Green
Town: Bristol
Postal code: BS16 7FN
Country: United Kingdom

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 181 023 729 GBP
Excluding VAT
V.5)Information about subcontracting

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
This contract falls under part B schedule 3 of the Public Contract Regulations 2006.
It was therefore procured using a voluntary restricted procedure.
The total value of the contract is £ 181 023 729 for 8 years.
If the contract is extended to its maximum duration the total value of the contract will be £ 248 907 628 for 11 years.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
19.3.2014