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
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.gov.uk/government/organisations/home-office
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
N/A
two.1.2) Main CPV code
- 33940000 - Cadaver transport and storage equipment and supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
Following on from the market engagement notice in late 2024, and a competitive process ending on 28th March 2025. The Home Office now publishes the contract award notice 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.
The initial term is 2 years, with the options to extend yearly for up to 2 additional years (2+1+1).
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.
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.
Lot 1-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.
Lot 2-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.
Lot 3-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.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,143,629.56
two.2) Description
two.2.1) Title
Soft Shell
Lot No
1
two.2.2) Additional CPV code(s)
- 33970000 - Mortuary equipment and supplies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Capability able to be deployed to a range of locations.
Should be able to provide appropriate chilling capacity.
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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Price / Weighting: 30
Price - Weighting: 100
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 Building solution
Lot No
3
two.2.2) Additional CPV code(s)
- 33970000 - Mortuary equipment and supplies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
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.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Price / Weighting: 30
Price - Weighting: 100
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 solution
Lot No
2
two.2.2) Additional CPV code(s)
- 33970000 - Mortuary equipment and supplies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Hard Shell:
Hard shell may be similar to the existing ISO container body storage units ("hard shell"). The characteristic of this requirement 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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Price / Weighting: 30
Price - Weighting: 100
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 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
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.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
Contract No
N/A
Lot No
1
Title
Soft Shell solution
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section five. Award of contract
Contract No
C_16268
Lot No
2
Title
Hard Shell solution
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 August 2025
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Fews Marquees Ltd
Chessgrove Park Ditchford Bank Road, Hanbury
Bromsgrove
B60 4HS
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
03930939
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £488,691.44
Total value of the contract/lot: £488,691.44
Section five. Award of contract
Contract No
C_16225
Lot No
3
Title
Temporary Building solution
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 August 2025
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Fews Marquees Ltd
Chessgrove Park Ditchford Bank Road, Hanbury, Bromsgrove
Bromsgrove
B60 4HS
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
03930939
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £654,938.12
Total value of the contract/lot: £654,938.12
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The Home Office
London
Country
United Kingdom