74
posted ago by Reese27 ago by Reese27 +74 / -0

Temporary Body Storage Service Westminster City Council Publication reference: 2021/S 000-013120 Publication date: 10 June 2021

F02: Contract notice

Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses Westminster City Council

64 Victoria Street

London

SW1E 6QP

Email [email protected]

Country United Kingdom

NUTS code UK - United Kingdom

Internet address(es) Main address www.westminster.gov.uk

one.3) CommunicationI.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.capitalesourcing.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authorityI.4) Type of the contracting authority Regional or local authority

one.5) Main activityI.5) Main activity General public services

Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title Temporary Body Storage Service

two.1.2) Main CPV codeII.1.2) Main CPV code 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences two.1.3) Type of contractII.1.3) Type of contract Works

two.1.4) Short descriptionII.1.4) Short description The Authority seeks to procure a framework agreement for temporary body storage in the event of an excess deaths situation for the 32 London boroughs and the City of London, led by Westminster City Council. The framework agreement will appoint a single provider and will be for a period of 4 years. This will be a contingency contract, only called upon in the event that an excess deaths situation arises in the future and existing local body storage capacity needs to be augmented.

The over-arching aim of this tender is to provide a single framework supplier that will be able to provide temporary body storage facilities to house deceased in the event of an excess deaths situation. The deceased will be stored with dignity and respect, at locations to be determined based on local London needs at the time and will require some design elements to accommodate local site conditions and constraints, while being capable of rapid deployment, construction and commissioning to an agreed standard. This framework will be procured by the Authority as the pan-London lead, but all London local authorities may call-off against the framework.

This will be a contingency cover framework and as such there is no minimum guarantee of any level of spend or call-off under the framework agreement.

two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £6,000,000

two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: No

two.2) DescriptionII.2) Description two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 44210000 - Structures and parts of structures two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI - London two.2.4) Description of the procurementII.2.4) Description of the procurement The Authority seeks to procure a framework agreement for temporary body storage in the event of an excess deaths situation for the 32 London boroughs and the City of London, led by Westminster City Council. The framework agreement will appoint a single provider and will be for a period of 4 years. This will be a contingency contract, only called upon in the event that an excess deaths situation arises in the future and existing local body storage capacity needs to be augmented.

The over-arching aim of this tender is to provide a single framework supplier that will be able to provide temporary body storage facilities to house deceased in the event of an excess deaths situation. The deceased will be stored with dignity and respect, at locations to be determined based on local London needs at the time and will require some design elements to accommodate local site conditions and constraints, while being capable of rapid deployment, construction and commissioning to an agreed standard. This framework will be procured by the Authority as the pan-London lead, but all London local authorities may call-off against the framework.

This will be a contingency cover framework and as such there is no minimum guarantee of any level of spend or call-off under the framework agreement.

The Authority will be hiring the structures and associated items, which will be decommissioned and removed at the end of the requirement.

two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £6,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48

This contract is subject to renewal No

two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No

two.2.11) Information about optionsII.2.11) Information about options Options: No

two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No

Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.2) Economic and financial standingIII.1.2) Economic and financial standing Selection criteria as stated in the procurement documents

three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability Selection criteria as stated in the procurement documents

Section four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing systemIV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative informationIV.2) Administrative information four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 12 July 2021

Local time 12:00pm

four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted English

four.2.6) Minimum time frame during which the tenderer must maintain the tenderIV.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)

four.2.7) Conditions for opening of tendersIV.2.7) Conditions for opening of tenders Date 12 July 2021

Local time 12:00pm

Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: No

six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body Royal Courts of Justice

Strand, Holborn

London

WC2A 2LL

Country United Kingdom

six.4.2) Body responsible for mediation proceduresVI.4.2) Body responsible for mediation procedures Royal Courts of Justice

Strand, Holborn

London

WC2A 2LL

Country United Kingdom