Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Home Office
London
SW1P 4DF
UK
E-mail: collaborativeprocurement@homeoffice.gov.uk
NUTS: UK
Internet address(es)
Main address: www.homeoffice.gov.uk
I.2) Joint procurement
The contract is awarded by a central purchasing body
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
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://homeoffice.app.jaggaer.com/web/login.html
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
Mass Fatality Resilience Capability
II.1.2) Main CPV code
33970000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Following on from the market engagement notice in late 2024, The Home Office now invites suppliers to submit tenders 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.
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.
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.
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.1.5) Estimated total value
Value excluding VAT:
7 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Soft shell-lot 1
Hard shell-lot 2
Temporary building-lot 3
II.2) Description
Lot No: Lot 2
II.2.1) Title
Hard shell
II.2.2) Additional CPV code(s)
33970000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UK
II.2.4) Description of the procurement
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.
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:
2 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
2 years + 1 +1
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
Lot No: Lot 3
II.2.1) Title
Temporary building
II.2.2) Additional CPV code(s)
33970000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UK
II.2.4) Description of the procurement
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
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:
2 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
2 years + 1 + 1
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
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
Main site or place of performance:
UK
II.2.4) Description of the procurement
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.
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:
2 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
2 years + 1 + 1
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 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 with a single operator.
Justification for any framework agreement duration exceeding 4 years: Framework limited to 4 years
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/03/2025
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:
28/03/2025
Local time: 12:01
Place:
Home Office building
Information about authorised persons and opening procedure:
Home Office Commercial Officer
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
This procurement will be managed electronically via the Home Office e-sourcing Portal (JAGGAER). To participate in this procurement, participants must first be registered on the e-sourcing Portal.
If you have not yet registered on the e-sourcing 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 e-sourcing Portal, a registered user can express an interest for a specific procurement. This is done by emailing collaborativeprocurement@homeoffice.gov.uk
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The e-mail will be processed and then the buyer will enable the supplier to access the procurement online via the e-sourcing Portal. The registered user will receive a notification email to alert them once this has been done.
For technical assistance on use of the e-sourcing Portal please contact the JAGGAER Supplier Helpdesk at customersupport@jaggaer.com or 0800 069 8630 (0800 - 1800hrs).
VI.4) Procedures for review
VI.4.1) Review body
TBC
2 Marsham St
London
SW1P 4DF
UK
E-mail: collaborativeprocurement@homeoffice.gov.uk
Internet address(es)
URL: www.homeoffice.gov.uk
VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
TBC,
VI.4.4) Service from which information about the review procedure may be obtained
Home Office Commercial
London
UK
VI.5) Date of dispatch of this notice
21/02/2025