Section one: Contracting authority
one.1) Name and addresses
Home Office
2 Marsham Street
London
SW1P 4DF
collaborativeprocurement@homeoffice.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Mass fatality capability resilience
two.1.2) Main CPV code
- 33970000 - Mortuary equipment and supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
Following on from the Prior Information Notice in late 2024, The Home Office now invites suppliers to submit tenders for a Mass Fatality Capability Resilience Storage Framework.
In the event of a major incident resulting in a large number of fatalities which could overwhelm existing body storage capacity the Home Office would provide contingency support to the requesting local authority. The Home Office seeks to replace its current capability with a more efficient operating model. This opportunity will support the Home Offices strategy.
Our vision
We believe a multiple lot framework agreement would be best suited to meet the demands of this capability. Suppliers offering alternative solutions will bid for a place on a capability lot, this will involve suppliers maintaining access to provisions which could be called upon for deployment by the Authority. These aims will be delivered with the responses of this document in mind to ensure that we consider any novel and/or unique approach that could be utilised as a solution.
The scope for this provision is predominantly England, however there is a possibility that the Devolved Administration Governments (Scotland, Wales and Northern Ireland). may also enrol.
The initial term is 2 years, with the options to extend yearly for and additional 2 years (2+1+1).
We will outline the configuration of our core requirement of storage for up to 700 fatalities across three phases (although the authority may adjust the planned fatalities storage of one or more phases to ensure a successful core requirement is delivered). Each phase will be put to the market as separate lots, although we would welcome multiple bids if relevant and the supplier is able to offer a viable to solution to multiple.
Soft Shell:
We plan to have a minimum call-off storage of 100 fatalities for the ‘soft shell’ portable temporary body storage (including some bariatric). Soft shell may require cover for adverse weather and should be deployable within twenty-four hours.
Hard Shell:
Hard shell may be similar to the existing ISO container body storage units (“hard shell”). The characteristic of this phase is that units should remain versatile and robust to all weather events and may require hard standing. They offer refrigeration and have the ability to freeze. They should provide storage of up to 150 of the deceased (including bariatric). Delivery and assembly should take no longer than three days.
Temporary Building:
The final tier relates to an alternative building/ structure that could be housed outside independently, similar to Nightingale hospitals during the Covid-19 pandemic. They should allow both refrigeration and freezing. The core requirement will be at least 450 fatalities including bariatric and/ or fragmented fatalities. This will need to be deployed within 5 days.
two.1.5) Estimated total value
Value excluding VAT: £7,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
1, 2, 3
two.2) Description
two.2.1) Title
Soft shell
Lot No
1
two.2.2) Additional CPV code(s)
- 33940000 - Cadaver transport and storage equipment and supplies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Capability able to be deployed to a range of locations
two.2.4) Description of the procurement
Type: Soft shell
Mobilisation: up to 24 hours
Capacity: 100 bodies
Capability able to be deployed to a range of locations.
Should be able to provide appropriate chilling capacity.
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: £2,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
1 + 1 + 1 (years)
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
two.2) Description
two.2.1) Title
Hard shell
Lot No
2
two.2.2) Additional CPV code(s)
- 33940000 - Cadaver transport and storage equipment and supplies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Able to be deployed to a range of locations with appropriate hardstanding.
two.2.4) Description of the procurement
Type: Hard shell
Mobilisation: 24-72 hours
Capacity: 150 bodies
Capability: able to be deployed to a range of locations with appropriate hardstanding.
Should be able to provide both freezing or chilling capability.
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: £2,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
1+1+1 (years)
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
two.2) Description
two.2.1) Title
Temporary structure
Lot No
3
two.2.2) Additional CPV code(s)
- 33940000 - Cadaver transport and storage equipment and supplies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Able to be deployed to an appropriate location secured by the relevant local authority.
two.2.4) Description of the procurement
Type: Temporary structure
Mobilisation: 72 hours - 5 days
Capacity: 450 bodies
Capability: able to be deployed to an appropriate location secured by the relevant local authority.
Should have a capability to scale up this capacity upon request, acknowledging extra cost.
Should be able to provide both freezing or chilling capability.
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: £2,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
1+1+1 (years)
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.1.2) 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
Key Performance Indicators as stated in the procurement documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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: 2024/S 000-036410
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 March 2025
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
5 March 2025
Local time
12:01pm
Place
HO premises.
Information about authorised persons and opening procedure
HO Commercial staff
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This procurement will be managed electronically via the Home Office's e-sourcing Portal (JAGGAER). To participate in this procurement, participants must first be registered on the e-sourcing Portal.
If you have not yet registered on the e-sourcing 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 e-sourcing Portal, a registered user can express an interest for a specific procurement. This is done by emailing collaborativeprocurement@homeoffice.gov.uk
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The e-mail will be processed and then the buyer will enable the supplier to access the procurement online via the e-sourcing Portal. The registered user will receive a notification email to alert them once this has been done.
For technical assistance on use of the e-sourcing Portal please contact the JAGGAER Supplier Helpdesk at customersupport@jaggaer.com or 0800 069 8630 (0800 - 1800hrs).
six.4) Procedures for review
six.4.1) Review body
Secretary of State for the Home Department
London
SW1P 4DF
Country
United Kingdom