Section one: Contracting authority
one.1) Name and addresses
Westminster City Council
.
London
.
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
https://www.capitalesourcing.com/
Buyer's address
https://www.capitalesourcing.com/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.capitalesourcing.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.capitalesourcing.com/
Tenders or requests to participate must be submitted to the above-mentioned 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://www.capitalesourcing.com/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Local Disaster Mortuary Services
two.1.2) Main CPV code
- 45223800 - Assembly and erection of prefabricated structures
two.1.3) Type of contract
Works
two.1.4) Short description
Westminster City Council (the Authority) is seeking to procure a replacement contract for local disaster mortuary services. The current 4 year contract for local disaster mortuary services will conclude later this year and the replacement contract will ensure that the Authority is prepared in the event that its Designated Disaster Mortuary is activated. This will be a contingency contract and there is no expectation nor guarantee that this contract will be activated during its duration.
The London Resilience Partnership Mass Fatality Framework (the Framework) sets out the approach for dealing with mass fatality (multiple or large numbers of human fatalities that may be complex) incidents.
More information on the Mass Fatality Framework can be found at:
The Framework requires local authorities to plan for the event that their coronial area Designated Disaster Mortuary is stood up in response to a disaster incident.
Westminster City Council Public Mortuary located at rear of 65 Horseferry Road, has been designated by the Home Office as a Designated Disaster Mortuary for mass fatalities in any of the boroughs within the jurisdiction of HM Coroner for Inner West London (Westminster, Kensington & Chelsea, Wandsworth and Merton).
The Contract will be for a period of 4 years with an option (at the Authority’s sole discretion) to extend for a period of 12 months. The Authority will place a contract with a single provider for the hire of facilities to augment the existing capability at its public mortuary in the event that the Designated Disaster Mortuary is stood up.
The successful tenderer will be required to have the capability to mobilise within 24-36 hours in the event that the Authority’s Designated Disaster Mortuary were to be stood up. The nature of this contract is that it cannot be predicted and could occur at any time on any day of the year.
Further information is available in the tender documentation.
two.1.5) Estimated total value
Value excluding VAT: £260,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44210000 - Structures and parts of structures
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
This is a contingency contract which will only be called upon in the event of a disaster incident which requires the activation of the Designated Disaster Mortuary at Horseferry Road. The contractor will provide a pre-agreed set of temporary structures to augment the mortuary capability at Horseferry Road.
This contract scope will include:
• Initial site investigation and design proposal;
• Agreement of design layout and construction plan with the Council;
• Ring-fencing or assurance of core requirements available for delivery within 24-36 hours notice;
• Supply, delivery, construction, commission, maintain, decommission and removal of hired temporary structures;
• Project management and provision of security during on-site construction and decommission / removal stages;
• Provision of temporary power, water, heating /cooling and Wi-Fi connectivity of the temporary structures;
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: £260,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
9 August 2021
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
9 August 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: every 4-5 years
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand, Holborn
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand, Holborn
London
WC2A 2LL
Country
United Kingdom