Section one: Contracting authority
one.1) Name and addresses
Royal Papworth Hospital NHS Foundation Trust
Papworth Road Cambridge Biomedical Campus Cambridge
Cambridge
CB2 0AY
Contact
Ellie Whitehead
Country
United Kingdom
NUTS code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
https://www.royalpapworth.nhs.uk
Buyer's address
https://www.royalpapworth.nhs.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Laundering of Reusable Gowns
Reference number
W164074
two.1.2) Main CPV code
- 98311000 - Laundry-collection services
two.1.3) Type of contract
Services
two.1.4) Short description
1) Introduction
The Royal Papworth Hospital are seeking to place a contract for the Laundering, light repairing and splashproof treatment of their non-sterile gowns. These gowns are critical to keep staff and Patients safe, used throughout the hospital in various wards. We launder and treat an average of around 2400 gowns a week. The logistics of moving, delivering and packaging the gowns is to be included within this agreement. We anticipate this contract to be for three years with two, twelve-month options to extend.
2) Requirements
a) The supplier shall provide all management, labour, materials, tools, equipment, and transportation to ensure the laundering and protective coating are provided to all gowns.
b) The supplier shall be responsible for the collection and delivery of the gown, as well as the return of gowns that are beyond repair. If any gowns are lost or damaged during the supplier’s performance, repair or replacement shall be rendered at the expense of the supplier.
c) The supplier assumes liability for any and all property entrusted to them during the laundering process and shall be obligated to protect this property until transferred back to the hospital. The supplier must hold the correct liability insurance.
d) The supplier shall plan for, collect, and process the estimated gown quantities as advised in this specification while meeting the collection and delivery requirements.
e) The cleaning requirements are explained in detail throughout this document.
f) The supplier shall provide red dissolvable laundry bags.
g) The supplier shall provide cages to move both clean and soiled laundry.
h) The supplier shall have a suitable laundry facility with both a clean and sanitary laundry area. The supplier shall maintain separate areas for contaminated area and cleaning area.
i) The supplier shall allow annual site audits with no prior warning to support the Trusts requirements with regards to Modern Slavery.
3) Infection Control Requirements.
a) The supplier must comply, where applicable, with the following standards:
• National Infection Prevention and Control Manual for England (NIPCM)
• Health & Social Care Act 2008
• Department of Health guidance HTM01-04.
b) Contaminated gowns will be placed in a red soluble bag, which identifies the item as soiled. The entire bag should then be washed. With the bags dissolving during the wash.
c) Cages used for transporting soiled gowns must be wiped down after each use.
d) The washing process must include a disinfection cycle. This cycle should maintain a load temperature of either 65ºC for no less than 10 minutes or 71ºC for no less than 3 minutes if thermal disinfection is used.
e) The supplier must be open to allowing ad hoc audits as requested by the trust.
f) All machines used in the laundering and splash-proofing process must be fit for purpose.
g) Gowns must be returned in clean, packets of 10 Gowns.
Red soluble bags must be provided 300 bags on Mondays, 100 bags on Wednesday and 300 bags on Fridays. During the implementation of the contract these bags will need to be provided sooner to allow for the handover period.
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 98311200 - Laundry-operation services
- 98311200 - Laundry-operation services
- 98311000 - Laundry-collection services
- 98311100 - Laundry-management services
two.2.3) Place of performance
NUTS codes
- UKH1 - East Anglia
two.2.4) Description of the procurement
Laundering and splash proofing of reusable gowns including the collection and delivery.
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 February 2025
four.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 tender
Tender must be valid until: 12 September 2025
four.2.7) Conditions for opening of tenders
Date
14 February 2025
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Crown Commercial Service
9 Floor The Capital Building, Old Hall Street
Liverpool
L3 9PP
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/crown-commercial-service