Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

N/A

  • First published: 20 August 2025
  • Last modified: 20 August 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04b573
Published by:
Home Office
Authority ID:
AA76013
Publication date:
20 August 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Home Office

2 Marsham Street

London

SW1P 4DF

UK

E-mail: collaborativeprocurement@homeoffice.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/home-office

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

N/A

II.1.2) Main CPV code

33940000

 

II.1.3) Type of contract

Supplies

II.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.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 1 143 629.56  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Soft Shell

II.2.2) Additional CPV code(s)

33970000

II.2.3) Place of performance

NUTS code:

UK

II.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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Quality criterion: Social Value / Weighting: 10

Quality criterion: Price / Weighting: 30

Price / Weighting:  100

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Hard Shell solution

II.2.2) Additional CPV code(s)

33970000

II.2.3) Place of performance

NUTS code:

UK

II.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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Quality criterion: Social Value / Weighting: 10

Quality criterion: Price / Weighting: 30

Price / Weighting:  100

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Temporary Building solution

II.2.2) Additional CPV code(s)

33970000

II.2.3) Place of performance

NUTS code:

UK

II.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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Quality criterion: Social Value / Weighting: 10

Quality criterion: Price / Weighting: 30

Price / Weighting:  100

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-036410

IV.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 V: Award of contract

Lot No: 1

Contract No: N/A

Title: Soft Shell solution

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected

Section V: Award of contract

Lot No: 2

Contract No: C_16268

Title: Hard Shell solution

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

14/08/2025

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Fews Marquees Ltd

03930939

Chessgrove Park Ditchford Bank Road, Hanbury

Bromsgrove

B60 4HS

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 488 691.44  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: C_16225

Title: Temporary Building solution

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

14/08/2025

V.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Fews Marquees Ltd

03930939

Chessgrove Park Ditchford Bank Road, Hanbury, Bromsgrove

Bromsgrove

B60 4HS

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 654 938.12  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

The Home Office

London

UK

VI.5) Date of dispatch of this notice

19/08/2025

Coding

Commodity categories

ID Title Parent category
33940000 Cadaver transport and storage equipment and supplies Post-mortem and mortuary equipment and supplies
33970000 Mortuary equipment and supplies Post-mortem and mortuary equipment and supplies

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
collaborativeprocurement@homeoffice.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.