Repatriation Services

A Tender Notice
by MINISTRY OF DEFENCE

Source
Find a Tender
Type
Framework (Services)
Duration
23.5 month
Value
£5M
Sector
MISCELLANEOUS
Published
09 Sep 2022
Delivery
To 29 Sep 2024 (est.)
Deadline
10 Oct 2022 09:00

Concepts

Location

Gloucester

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

The Ministry of Defence has 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.

Total Quantity or Scope

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 in relation to this notice. No compensation etc. will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position. Additional information: All procurement documents 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 Invitation to Tender.

Renewal Options

An option will be 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.

CPV Codes

  • 98371000 - Funeral services

Indicators

  • This is a one-off contract (no recurrence)
  • Options are available.
  • Renewals are not available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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.

Reference

Domains