Tender

Mass Fatality Resilience Capability

HOME OFFICE

This public procurement record has 1 release in its history.

Tender

21 Feb 2025 at 16:32

Summary of the contracting process

The Home Office is inviting tenders for the "Mass Fatality Resilience Capability" framework, aiming to enhance body storage capacity in response to major incidents. This procurement falls under the mortuary equipment and supplies category and spans across the UK, including potential involvement from Scotland, Wales, and Northern Ireland. The process is currently in the Tender stage, with key deadlines set for 28 March 2025. The framework will run for an initial term of two years, extendable by two additional one-year terms. The scope includes three lots: soft shell portable storage, hard shell containers, and temporary buildings, each with specific requirements and capabilities aimed at efficiently handling mass fatalities. This tender presents substantial opportunities for businesses specializing in mortuary equipment, portable storage solutions, and temporary structures. Companies that offer innovative, scalable, and rapid-deployment solutions will find this framework particularly suited to their expertise. The procurement method is an open procedure, allowing for broad participation. Businesses that can provide robust and versatile solutions that adhere to the outlined specifications, including weather-resistant and emergency deployment capabilities, are encouraged to participate and leverage this opportunity to secure a position within a high-value, multi-lot government contract.

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

Mass Fatality Resilience Capability

Notice 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.

Lot Information

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.

Renewal: 2 years + 1 + 1

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.

Renewal: 2 years + 1 +1

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

Renewal: 2 years + 1 + 1

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04e75d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/007001-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33970000 - Mortuary equipment and supplies

Notice Value(s)

Tender Value
£7,500,000 £1M-£10M
Lots Value
£7,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Feb 20251 years ago
Submission Deadline
28 Mar 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HOME OFFICE
Contact Name
Not specified
Contact Email
collaborativeprocurement@homeoffice.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

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-04e75d-2025-02-21T16:32:13Z",
    "date": "2025-02-21T16:32:13Z",
    "ocid": "ocds-h6vhtk-04e75d",
    "description": "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).",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04e75d",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Mass Fatality Resilience Capability",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "33970000",
            "description": "Mortuary equipment and supplies"
        },
        "mainProcurementCategory": "goods",
        "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.",
        "value": {
            "amount": 7500000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 3,
            "awardCriteriaDetails": "Soft shell-lot 1 Hard shell-lot 2 Temporary building-lot 3"
        },
        "lots": [
            {
                "id": "1",
                "title": "Soft shell",
                "description": "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.",
                "value": {
                    "amount": 2500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 years + 1 + 1"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "Lot 2",
                "title": "Hard shell",
                "description": "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.",
                "value": {
                    "amount": 2500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 years + 1 +1"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "Lot 3",
                "title": "Temporary building",
                "description": "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",
                "value": {
                    "amount": 2500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 years + 1 + 1"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33970000",
                        "description": "Mortuary equipment and supplies"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "UK"
                },
                "relatedLot": "1"
            },
            {
                "id": "Lot 2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33970000",
                        "description": "Mortuary equipment and supplies"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "UK"
                },
                "relatedLot": "Lot 2"
            },
            {
                "id": "Lot 3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33970000",
                        "description": "Mortuary equipment and supplies"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "UK"
                },
                "relatedLot": "Lot 3"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://homeoffice.app.jaggaer.com/web/login.html",
        "communication": {
            "atypicalToolUrl": "https://homeoffice.app.jaggaer.com/web/login.html"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "periodRationale": "Framework limited to 4 years"
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-03-28T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2025-03-28T12:01:00Z"
        },
        "bidOpening": {
            "date": "2025-03-28T12:01:00Z",
            "address": {
                "streetAddress": "Home Office building"
            },
            "description": "Home Office Commercial Officer"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "TBC,"
    },
    "parties": [
        {
            "id": "GB-FTS-4648",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1P 4DF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "collaborativeprocurement@homeoffice.gov.uk",
                "url": "https://homeoffice.app.jaggaer.com/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.homeoffice.gov.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": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-139124",
            "name": "TBC",
            "identifier": {
                "legalName": "TBC"
            },
            "address": {
                "streetAddress": "2 Marsham St",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "collaborativeprocurement@homeoffice.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.homeoffice.gov.uk"
            }
        },
        {
            "id": "GB-FTS-1619",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-139125",
            "name": "Home Office Commercial",
            "identifier": {
                "legalName": "Home Office Commercial"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-4648",
        "name": "Home Office"
    },
    "language": "en"
}