Opportunity

Laundering of Reusable Gowns

  • Royal Papworth Hospital NHS Foundation Trust

F02: Contract notice

Notice reference: 2025/S 000-000540

Published 8 January 2025, 3:19pm



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

Email

papworth.purchasing@nhs.net

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