Opportunity

Local Disaster Mortuary Services

  • Westminster City Council

F02: Contract notice

Notice reference: 2021/S 000-015989

Published 8 July 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Westminster City Council

.

London

.

Email

nvdbergh@westminster.gov.uk

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:

https://www.london.gov.uk/what-we-do/fire-and-resilience/london-resilience-partnership/planning-emergencies-capital#acc-i-43126

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