Award

Repatriation Services

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

Award

12 Jan 2023 at 14:12

Tender

09 Sep 2022 at 13:13

Summary of the contracting process

The Ministry of Defence has recently completed a procurement process for repatriation services. The procurement was for a worldwide repatriation services contract for deceased Armed Forces and other entitled personnel. The contract, now cancelled, was based on a framework agreement with a single operator, with an initial period of 24 months extendable up to a further 24 months. The total contract value was £4.9 million. The buying organisation, Ministry of Defence, situated in Gloucester, United Kingdom, conducted this procurement using an open procedure. The main industry category was services, specifically funeral services.

This tender, although cancelled, presented an opportunity for businesses specializing in funeral services to provide worldwide repatriation services. Businesses capable of handling repatriations in the event of major incidents were suited for this tender. The Ministry of Defence sought a competent supplier for a critical service requiring 24/7 availability and specialist handling of deceased individuals. The tender included an option for extension beyond the initial 2-year contract period, providing a potential long-term opportunity for the selected supplier.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Repatriation Services

Notice Description

The Ministry of Defence had a requirement for worldwide repatriation services for deceased Armed Forces and other entitled personnel, including the provision of specialist services in the event of a major incident resulting in mass fatalities. Any resultant contract will be a framework agreement with a single operator, which will not be open to other purchasers, and will be for an initial contract period of 24 months including an option for the Authority to extend for up to a further 24 months.

Lot Information

Lot 1

The Contractor will be required to provide worldwide repatriation services, on an individual or multiple basis, for deceased Armed Forces and other entitled personnel. These services may include the provision of specialist services in the event of a major incident resulting in mass fatalities where the Authority is either required to lead the response to the incident or provide assistance. Due to the nature of the requirement, it is not possible to predict how frequently the contractor will be called upon to provide the services. The Contractor must provide a 365 day/24 hour worldwide repatriation service. The Contractor will be responsible for ensuring the services carried out conform to medical and legal requirements; the preparation of the body including embalming; facial reconstruction and dressing; provision of coffins and shrouds; and preparation and marking of the coffin for movement and arrangement of transport (note: Civil flights will only be used where RAF flights are not available). The Contractor will be required to send staff into theatres of military operations in order to effect repatriations where there is no local funeral infrastructure and, in the event of a major incident, be able to provide suitable personnel and be responsible for their security in any operational/conflict zone worldwide, overseas location or, exceptionally, in the UK. The Contractor may be required to provide a Mortuary Assistant for an in-Theatre Mortuary. In the event of a major incident, the Contractor may be required to provide any or all of the following emergency services: deploy a Major Incident Specialist to JCCC to assist in planning; provide Incident Management at the scene; recovery of remains; establish, operate and maintain an incident mortuary (which may include identification and processing of remains) or a body holding provision; assist the Services / local authorities with handling personal effects at the scene under Service supervision; liaise with all agencies; crisis intervention services and critical incident stress management; recovery of deceased bodies or remains; supply, transportation and support maintenance of suitable body storage units in theatre with appropriate mortuary assistants; deal with contaminated/infectious and Bio Hazard issues which need careful handling in order to comply with current and future health and safety regulations; body/body part identification which could include (though not be limited to) providing a Forensic Pathologist, Forensic Odontologist, Forensic Print Specialist, Forensic Photographer, Mortuary Assistant and Embalmer. The Contractor may also be requested to assist the appointed Pathologist in identification. This list is not exhaustive and other situations can arise, which may require special handling. The Contractor must be a member of the National Association of Funeral Directors or equivalent. There have been on average 16 repatriations to the UK or country of origin per year over the last four years; however, due to the nature of the requirement, exact numbers are unknown and could be higher or lower in the future. The figure for the past four years is provided for guidance purposes only and there have been occasions where 150 repatriations have occurred in a one year period. To date, specialist services due to a major incident have not been required, although this is no indication of potential future requirements. The contractor will be requested to undertake tasks as required on a call off basis. No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place. The contract value of PS4.9M detailed in this Contract Award Notice is the maximum Limit of Liability. As this is a Framework Agreement there is no guarantee of any orders being placed or this Limit of Liability being reached.

Options: An option is included for the Authority at its discretion to extend beyond the 2 year contract in monthly or annual increments up to an additional 24 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03674b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000980-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

98 - Other community, social and personal services


CPV Codes

98371000 - Funeral services

Notice Value(s)

Tender Value
£4,900,000 £1M-£10M
Lots Value
£4,900,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£4,900,000 £1M-£10M

Notice Dates

Publication Date
12 Jan 20233 years ago
Submission Deadline
10 Oct 2022Expired
Future Notice Date
Not specified
Award Date
14 Dec 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Not specified
Contact Email
tina.cole757@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
GLOUCESTER
Postcode
N/A
Post Town
Gloucester
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK73 Gloucestershire CC
Delivery Location
TLK13 Gloucestershire CC

Local Authority
Tewkesbury
Electoral Ward
Innsworth
Westminster Constituency
Tewkesbury

Supplier Information

Number of Suppliers
1
Supplier Name

ALBIN INTERNATIONAL REPATRIATION

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03674b-2023-01-12T14:12:41Z",
    "date": "2023-01-12T14:12:41Z",
    "ocid": "ocds-h6vhtk-03674b",
    "description": "All documents associated with this procurement can be accessed free of charge on the Defence Sourcing Portal (DSP) https://contracts.mod.uk using Project number 703293450. Details of how to register on the DSP can be found at https://contracts.mod.uk/web/user-guide.html. Suppliers wishing to Tender for this requirement should submit their Tender on the DSP in accordance with the instructions contained within Invitation to Tender documentation. Suppliers should also complete the Suitability Assessment Questions (SAQ) which are contained in the Qualification Envelope of project 703293450 on the DSP. These questions contain all the mandatory economic and financial grounds for rejection and the minimum levels of capacity and capability that are required to perform the contract. The SAQ is a pass/fail test for suitability and minimum levels of capability and capacity and suppliers who do not meet these minimum capability and capacity criteria will not pass to the Tender evaluation stage.",
    "initiationType": "tender",
    "tender": {
        "id": "703293450",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Repatriation Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "98371000",
            "description": "Funeral services"
        },
        "mainProcurementCategory": "services",
        "description": "The Ministry of Defence had a requirement for worldwide repatriation services for deceased Armed Forces and other entitled personnel, including the provision of specialist services in the event of a major incident resulting in mass fatalities. Any resultant contract will be a framework agreement with a single operator, which will not be open to other purchasers, and will be for an initial contract period of 24 months including an option for the Authority to extend for up to a further 24 months.",
        "value": {
            "amount": 4900000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Contractor will be required to provide worldwide repatriation services, on an individual or multiple basis, for deceased Armed Forces and other entitled personnel. These services may include the provision of specialist services in the event of a major incident resulting in mass fatalities where the Authority is either required to lead the response to the incident or provide assistance. Due to the nature of the requirement, it is not possible to predict how frequently the contractor will be called upon to provide the services. The Contractor must provide a 365 day/24 hour worldwide repatriation service. The Contractor will be responsible for ensuring the services carried out conform to medical and legal requirements; the preparation of the body including embalming; facial reconstruction and dressing; provision of coffins and shrouds; and preparation and marking of the coffin for movement and arrangement of transport (note: Civil flights will only be used where RAF flights are not available). The Contractor will be required to send staff into theatres of military operations in order to effect repatriations where there is no local funeral infrastructure and, in the event of a major incident, be able to provide suitable personnel and be responsible for their security in any operational/conflict zone worldwide, overseas location or, exceptionally, in the UK. The Contractor may be required to provide a Mortuary Assistant for an in-Theatre Mortuary. In the event of a major incident, the Contractor may be required to provide any or all of the following emergency services: deploy a Major Incident Specialist to JCCC to assist in planning; provide Incident Management at the scene; recovery of remains; establish, operate and maintain an incident mortuary (which may include identification and processing of remains) or a body holding provision; assist the Services / local authorities with handling personal effects at the scene under Service supervision; liaise with all agencies; crisis intervention services and critical incident stress management; recovery of deceased bodies or remains; supply, transportation and support maintenance of suitable body storage units in theatre with appropriate mortuary assistants; deal with contaminated/infectious and Bio Hazard issues which need careful handling in order to comply with current and future health and safety regulations; body/body part identification which could include (though not be limited to) providing a Forensic Pathologist, Forensic Odontologist, Forensic Print Specialist, Forensic Photographer, Mortuary Assistant and Embalmer. The Contractor may also be requested to assist the appointed Pathologist in identification. This list is not exhaustive and other situations can arise, which may require special handling. The Contractor must be a member of the National Association of Funeral Directors or equivalent. There have been on average 16 repatriations to the UK or country of origin per year over the last four years; however, due to the nature of the requirement, exact numbers are unknown and could be higher or lower in the future. The figure for the past four years is provided for guidance purposes only and there have been occasions where 150 repatriations have occurred in a one year period. To date, specialist services due to a major incident have not been required, although this is no indication of potential future requirements. The contractor will be requested to undertake tasks as required on a call off basis. No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place. The contract value of PS4.9M detailed in this Contract Award Notice is the maximum Limit of Liability. As this is a Framework Agreement there is no guarantee of any orders being placed or this Limit of Liability being reached.",
                "value": {
                    "amount": 4900000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "An option is included for the Authority at its discretion to extend beyond the 2 year contract in monthly or annual increments up to an additional 24 months."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "VFM - as detailed in the Tender Documentation",
                            "type": "cost",
                            "description": "100"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKK13"
                    },
                    {
                        "region": "UKK13"
                    }
                ],
                "deliveryLocation": {
                    "description": "Gloucester"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://contracts.mod.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Selection criteria as stated in the procurement documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Any resultant contract will be subject to the conditions detailed in the 703293450 Contract Terms and Conditions, using MOD Standardised Contracting Template SC2. It also contains conditions relating to TUPE - It is the supplier's responsibility to consider whether or not TUPE applies to this re-let and to tender accordingly. Notwithstanding this, supplier's may wish to note that it is the Authority's view that TUPE is unlikely to be applicable as the contractor currently undertaking this task, Albin International Repatriation Ltd, has informed the Authority that no employees are in scope for transfer. The Authority shall not be liable for this opinion and it remains the supplier's responsibility to ensure that their tender takes full account of all the relevant circumstances of this contract re-let. Electronic trading - Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, purchasing and finance (CP&F) electronic procurement tool.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "tenderPeriod": {
            "endDate": "2022-10-10T10:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2023-01-08T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2022-10-10T10:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-10-10T10:00:00+01:00",
            "address": {
                "streetAddress": "Defence Sourcing Portal"
            },
            "description": "The MOD Electronic Tendering Process will apply"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-34066",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Gloucester",
                "region": "UKK13",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Tina.Cole757@mod.gov.uk",
                "url": "https://contracts.mod.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://contracts.mod.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-63308",
            "name": "Head Office Commercial Business Partner 4",
            "identifier": {
                "legalName": "Head Office Commercial Business Partner 4"
            },
            "address": {
                "streetAddress": "Innsworth House, Imjin Barracks",
                "locality": "Gloucester",
                "postalCode": "GL3 1HW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-72701",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Imjin Barracks",
                "locality": "Gloucester",
                "region": "UKK13",
                "postalCode": "GL3 1HW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Tina.Cole757@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://contracts.mod.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-72702",
            "name": "Albin International Repatriation Ltd",
            "identifier": {
                "legalName": "Albin International Repatriation Ltd"
            },
            "address": {
                "locality": "London",
                "region": "UKI44",
                "postalCode": "SE16 2TN",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-55055",
            "name": "Business Partner 4",
            "identifier": {
                "legalName": "Business Partner 4"
            },
            "address": {
                "streetAddress": "Head Office Commercial, Innsworth House, Imjin Barracks",
                "locality": "Gloucester",
                "postalCode": "GL3 1HW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-72701",
        "name": "Ministry of Defence"
    },
    "language": "en",
    "awards": [
        {
            "id": "000980-2023-703293450-1",
            "relatedLots": [
                "1"
            ],
            "title": "Repatriation Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-72702",
                    "name": "Albin International Repatriation Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "000980-2023-703293450-1",
            "awardID": "000980-2023-703293450-1",
            "title": "Repatriation Services",
            "status": "active",
            "value": {
                "amount": 4900000,
                "currency": "GBP"
            },
            "dateSigned": "2022-12-14T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}