Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Home Office
2 Marsham Street
London
SW1P 4DF
UK
E-mail: leanne.bryant@homeoffice.gov.uk
NUTS: UKI
Internet address(es)
Main address: www.gov.uk/home-office
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://homeoffice.app.jaggaer.com/web/login.html
Tenders or requests to participate must be sent to the abovementioned address
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
Notice: Multi-level, Mass Fatalities Body Storage capability
II.1.2) Main CPV code
33941000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Home Office has policy responsibility for a number of Fire National Resilience risks and the mitigation of these risks. As such the Home Office has the responsibility of the consequences of a singular or concurrent no-notice, non-contaminated mass fatalities incident that could occur and threatens to overwhelm a coronial system. Due to the current capability approaching the end of its serviceable life , the Home Office must look towards replacing its mass fatalities body storage capability.
II.1.5) Estimated total value
Value excluding VAT:
1 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
33922000
33949000
33970000
II.2.3) Place of performance
NUTS code:
UK
UKI
II.2.4) Description of the procurement
The scope of this contract is to provide a multilayer mass fatalities capability solution. In which the supplier holds in reserve or mobilises the required assets for a fixed fee and deploys these to specified timeframes when called upon for an additional cost. The contract should consist of a retainer fee being paid by HO annually to ensure a response remains readily available should it be called upon. We envisage additional pre agreed ‘top up’ costs to be paid should a deployment be necessary.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
procurement process to be carried out 6 months before expiry of contract
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As per tender documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As per tender documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
2023/S 000-025062
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
18/03/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
18/03/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
This procurement will be managed electronically via the Home Office’s eSourcing Portal (JAGGAER). To participate in this procurement, participants must first be registered on the eSourcing Portal.
If you have not yet registered on the eSourcing 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 eSourcing Portal, a registered user can express an interest for a specific procurement. This can be done by searching for the procurement title
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
12/02/2024