Section one: Contracting authority
one.1) Name and addresses
Home Office
2 Marsham Street
London
SW1P 4DF
leanne.bryant@homeoffice.gov.uk
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://homeoffice.app.jaggaer.com/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://homeoffice.app.jaggaer.com/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Notice: Multi-level, Mass Fatalities Body Storage capability
two.1.2) Main CPV code
- 33941000 - Cadaver storage racks
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Home Office has policy responsibility for a number of Fire National Resilience risks and the mitigation of these risks. As such the Home Office has the responsibility of the consequences of a singular or concurrent no-notice, non-contaminated mass fatalities incident that could occur and threatens to overwhelm a coronial system. Due to the current capability approaching the end of its serviceable life , the Home Office must look towards replacing its mass fatalities body storage capability.
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33922000 - Cadaver transport bags
- 33949000 - Body transport containers
- 33970000 - Mortuary equipment and supplies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKI - London
two.2.4) Description of the procurement
The scope of this contract is to provide a multilayer mass fatalities capability solution. In which the supplier holds in reserve or mobilises the required assets for a fixed fee and deploys these to specified timeframes when called upon for an additional cost. The contract should consist of a retainer fee being paid by HO annually to ensure a response remains readily available should it be called upon. We envisage additional pre agreed ‘top up’ costs to be paid should a deployment be necessary.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
procurement process to be carried out 6 months before expiry of contract
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per tender documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As per tender documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-025062
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 March 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 March 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
This procurement will be managed electronically via the Home Office’s eSourcing Portal (JAGGAER). To participate in this procurement, participants must first be registered on the eSourcing Portal.
If you have not yet registered on the eSourcing Portal, this can be done online at https://homeoffice.app.jaggaer.com by following the link ‘To register click here’. 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, who will be entering into a contract if invited to do so.
Once you have registered on the eSourcing Portal, a registered user can express an interest for a specific procurement. This can be done by searching for the procurement title
six.4) Procedures for review
six.4.1) Review body
Home Office
London
Country
United Kingdom