SC23191 Coroner Removals and Transfer Service

Award

Value

£4,360,000

Classifications

  • Other community, social and personal services

Tags

  • award

Submission Deadline

11 months ago

Published

9 months ago

Description

Coroners are independent judicial officers, appointed by the local authority within the coroner area. Local authorities have a legal obligation to support the work of Coroner's, to fund all the costs of the service and to provide the necessary resources to enable them to carry out their statutory obligations under the Coroners and Justice Act 2009. This includes the provision of appropriate contractual arrangements for the removal of the deceased. For the four Kent coroner areas of Mid Kent & Medway, North-West Kent, North-East Kent and Central & South-East Kent, KCC is the lead authority for the administrative areas of Kent and Medway.

There are two requirements for this service: 
Lot 1 - Coroner Removals Service and Lot 2 - Coroner Transfers Service. 

The Coroners Removals Service (Lot 1) has been separated into 15 contract areas:
1 (A) - Sevenoaks A (above A25)
1 (B) - Sevenoaks B (below A25)
1 (C) - Dartford & Gravesham 
1 (D) - Tunbridge Wells 
1 (E) - Tonbridge and Malling 
1 (F) - Medway  
1 (G) - Maidstone 
1 (H) - West Swale 
1 (I) - East Swale 
1 (J) - Ashford  
1 (K) - Canterbury  
1 (L) - Shepway
1 (M) - Thanet 
1 (N) - Dover NEK 
1 (O) - Dover CSEK

The Coroners Removals Service includes the provision of appropriate contractual arrangements for the removal of the deceased to a designated mortuary. The movement of the deceased to the mortuary constitutes a "Coroners Removal".

Where an organisation is awarded a contract area, they are responsible for providing this service throughout the specified area. They must deliver this service 24/7, 365 days a year, and in accordance with the service requirements as detailed within the specification.

The Coroners Transfers Service (Lot 2) has been separated into 2 contract areas:
2 (A) West Kent Transfers
2 (B) East Kent Transfers

In certain circumstances, it is necessary to transfer the deceased from a designated mortuary to another designated mortuary. These transfers can occur locally as a transfer between mortuaries within Kent and Medway but can occur outside of Kent. 

Where an organisation is awarded a contract area, they are responsible for providing this service throughout the specified area. They must deliver this service 24/7, 365 days a year, and in accordance with the service requirements as detailed within the specification.

Contract Length (Initial Term): 3 years.
Extension Period: up to a maximum period of 2 years (1+1).

Additional information: 
The award value for each contract area has been calculated using indicative volumes for the Removals and Transfers service in 2023/2024. Each supplier submitted a fixed Fee per Removal Rate for the areas they were tendering for in the forthcoming contract. This fixed Fee per Removal Rate of the awarded supplier has been multiplied by the historic service volumes from April 2023 - April 2024 to calculate an indicative figure (a yearly cost) for each area. This figure has been multiplied by the total length of the contract, including all available extensions, to provide an indicative figure for the duration of the contract. This award value for each contract area is subject to service volumes within the contract period (from January 1st 2025 - December 31st 2029), meaning the figures will vary from those that have been published by the Council.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Provision of anti-social behaviour (ASB) / non-crime restorative service

In relation to the previously advertised tender opportunity (Notice Identifier: 2025/S 000-061252, Procurement Identifier: ocds-h6vhtk-05a5ba), the Police and Crime Commissioner for Warwickshire (PCC) received no compliant bids for Lot 2, which related to the provision of an Anti-Social Behaviour (ASB) / Non-Crime Restorative Service. As a result, the PCC has taken the decision to reapproach the market for this specific service only. This reissue applies solely to Lot 2; the other lot within the original procurement may proceed to award as planned. Following the discovery that Lot 2 in the original procurement could not be awarded, a decision has been made to reissue this opportunity as soon as possible. This will allow for consideration of any voluntary standstill period and ensure alignment, as far as practicable, with the Restorative Justice service. This notice serves to inform the market that Lot 2 from the original procurement has been terminated and will not be awarded. The PCC now invites tenders from suitably qualified providers for the delivery of restorative justice services across Warwickshire, specifically for cases where no crime has occurred. The service will form part of a Multi-Agency Restorative Justice Hub (MARJH) and will deliver restorative interventions for incidents of anti-social behaviour and other non-crime harms. The aim is to provide an accessible, proportionate, and effective early intervention option that supports victims, offenders, and communities through facilitated dialogue, mediation, and reconciliation. The contract will be awarded for an initial pilot period of one year, with the option to extend for up to four additional periods of twelve months each. The PCC has allocated an annual budget of £25,000 for the delivery of this service. This funding is provided as part of a pilot project, and if the pilot is successful and funding remains available, the same funding envelope will apply to any extension periods. The service will be excluded from the PCC’s annual grants process. Providers are encouraged to demonstrate value for money and focus resources on effective frontline service delivery. Funding for this service is partly reliant on Government grant, and where such funding is used, the associated grant terms and conditions will apply in full to the appointed service provider. This procurement is being conducted under the Light Touch Regime and falls below the relevant threshold, therefore it is outside the scope of the Procurement Act 2023. The tendering process will be managed via the PCC’s e-tendering portal, Sell2 (https://sell2.in-tend.co.uk/blpd/publictenders). Suppliers can access the opportunity free of charge by registering on the portal, logging in, navigating to the ‘Portals’ section, and selecting “Connect with Organisation” for Warwickshire Police.

Katy Reed

Published 7 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete