SC23191 Coroner Removals and Transfer Service

Award

Value

£4,360,000

Classifications

  • Other community, social and personal services

Tags

  • award

Submission Deadline

10 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

Faith Deep Engagement Partner

Birmingham City Council (the Council) is seeking to appoint an organisation for the delivery of Deep Engagement work with Communities of Identity within Birmingham aimed at increasing community health literacy, enhancing community capability for collective control of programme to address health inequalities, bringing community voice (including seldom heard voices) to strategy and policy development addressing health inequalities, and to utilise existing community strengths and capabilities to identify and provide solutions for communities’ health and wellbeing. There is a requirement to deliver a range of public health interventions relating to community of identity specific health inequalities highlighted within the relevant Community health profiles. The interventions cover a range of outputs including focus groups with community members, one significant health inequality project per year and delivery of cultural intelligence training (based off the Birmingham Cultural Intelligence Framework (BCIF) to relevant wider system partners. Additionally, there is a requirement for community upskilling to build sustainability for community capacity in tackling health inequalities. The specifics of the delivery method and any supporting resources will be determined through the bidding process once the project is commissioned. Further details in the specification. The contract for the services will commence on 19th January 2026 and will be in place for a period of 1 year with the option to extend for a further 1 year subject to satisfactory performance and funding availability. The contract(s) being procured have been split into Lots, as follows. • Lot 1: Christian Deep Engagement Partner • Lot 2: Sikh Deep Engagement Partner Potential suppliers may apply for one or both lots. Separate contracts will be awarded for each Lot.

Katy Reed

Published 12 hours ago
Open

Connect to Work

Connect to Work is a DWP programme grant funded through DCC as the lead accountable body on behalf of Torbay, Plymouth and Devon. The Programme requires the delivery to the following persons with social disability or other priority audiences who are: • Economically inactive or unemployed: Person has not worked for around 6 months due to their disability, long term health condition or disadvantages and feel they need comprehensive tailored employment support to help them to identify the right roles for their needs and to engage in effective job search towards work. • Employed but risk of dropping out of work: Person is working/Self-employed for at least 3 months and is struggling to sustain employment due to their disability, long term health condition or disadvantages. However, it is acceptable to offer support to individuals who have been employed for shorter periods where the Accountable Body judges that would be appropriate. • Maintaining work: Person has never been in employment or a track record of struggling to retain jobs/sustain employment due to their disability, long term health condition or disadvantages The programme is delivered through a Supported Employment model - a place train and maintain model delivered through a five-stage process. There are two approaches, both using recognised international standards (Fidelity Models) and both using the principles that participants are employed in the Open Labour Market, it being Paid Work with Ongoing Support provided. • IPS integrates employment support alongside primary and secondary health services, and other support services. This integration ideally occurs at a physical level, through co-location and other policies, where applicable. IPS has been successfully utilised within the Individual Placement and Support in Primary Care (IPSPC) programme to support individuals with mild to moderate mental health and/or physical health conditions. Universal Support will utilise and expand on the approach taken with IPSPC. Whilst Universal Support will complement IPS Severe Mental Illness and IPS Alcohol and Drugs, these will remain separate IPS services. • SEQF is (as required) a more in-depth intervention than the form of IPS used for Universal Support. SEQF is oriented most usually around supporting learning disabled and/or autistic adults as well as others with complex support needs where clinical integration is not needed or appropriate. Devon County Council intends to host a Tender Launch Event after publication of the ITT and the Tender Notice. The event will be hosted via Microsoft Teams, and we currently anticipate the date to be Monday 13th October 2025 at 11:00am-12:30pm. This will be an opportunity to discuss the service, ask questions, and help bidders navigate around the tender documentation and the procurement process. This event will be recorded and will be uploaded to the Procurement Portal alongside the presentation shortly afterwards. If you would like to attend this event, please complete the following Tender Launch Event form so that we can send you an invite link before the event - https://forms.office.com/e/yq28axxhfD

Katy Reed

Published 5 days 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