- Scope of the procurement
- Lot 1a. Standard Wash Linen and Laundry Services
- Lot 1b. Specialist Laundry Services (Theatre Packs)
- Lot 1c. Standard Wash Linen and Laundry Services and Theatre Packs
- Lot 1d. Specialist Cleanroom Laundry Services
- Lot 2a. General Cleaning Services and Pest Control
- Lot 2b. Ambulance and Vehicle Deep Clean Services
- Lot 3a. Non-Hazardous Clinical Waste
- Lot 3b. Hazardous Clinical Waste
- Lot 3c. General Waste (Hazardous and Non-Hazardous)
- Lot 3d. Recyclable General Waste
- Lot 3e. Confidential Waste
- Lot 3f. Feminine Hygiene Waste
- Lot 3g. Total Waste Management Service
- Lot 4a. Patient Catering
- Lot 4b. Retail Catering and Hospitality Services
- Lot 5. Bundled Soft FM
Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Other activity
Public Procurement
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Healthcare Soft Facilities Management (FM) Services
Reference number
RM6331
two.1.2) Main CPV code
- 79993000 - Building and facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
Crown Commercial Service (CCS) as the Authority has put in place a Pan Public Sector Collaborative Agreement for the provision of Healthcare Soft FM Services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations.
The lotting structure of this framework covers a variety of Soft FM and Hotel Services typically bought by the NHS including: Waste, Catering, Linen & Laundry, Cleaning, Security, Reception Services, Portering and Grounds Maintenance.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £3,500,000,000
two.2) Description
two.2.1) Title
Standard Wash Linen and Laundry Services
Lot No
1a
two.2.2) Additional CPV code(s)
- 18000000 - Clothing, footwear, luggage articles and accessories
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 50830000 - Repair services of garments and textiles
- 98300000 - Miscellaneous services
- 98310000 - Washing and dry-cleaning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers that have been appointed to Lot 1A are responsible for the provision of standard wash linen and laundry services, including the processing (wash and finish) and transportation (collection and return) of linen items to Buyers.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
two.2) Description
two.2.1) Title
Specialist Laundry Services (Theatre Packs)
Lot No
1b
two.2.2) Additional CPV code(s)
- 18000000 - Clothing, footwear, luggage articles and accessories
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 50830000 - Repair services of garments and textiles
- 98300000 - Miscellaneous services
- 98310000 - Washing and dry-cleaning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers that have been appointed to Lot 1B are responsible for the provision of Specialist Laundry Services (theatre packs and drapes) including the processing (wash and finish) and transportation (collection and return) of items, which are hired to the Buyer from the Supplier.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
two.2) Description
two.2.1) Title
Standard Wash Linen and Laundry Services and Theatre Packs
Lot No
1c
two.2.2) Additional CPV code(s)
- 18000000 - Clothing, footwear, luggage articles and accessories
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 50830000 - Repair services of garments and textiles
- 98300000 - Miscellaneous services
- 98310000 - Washing and dry-cleaning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers that have been appointed to Lot 1C are responsible for the provision of standard wash linen and laundry services and Specialist Laundry Services (theatre packs and drapes).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
two.2) Description
two.2.1) Title
Specialist Cleanroom Laundry Services
Lot No
1d
two.2.2) Additional CPV code(s)
- 18000000 - Clothing, footwear, luggage articles and accessories
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 50830000 - Repair services of garments and textiles
- 98300000 - Miscellaneous services
- 98310000 - Washing and dry-cleaning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers that have been appointed to Lot 1D are responsible for the provision of Specialist Cleanroom Laundry Services including the processing (wash and finish) and transportation (collection and return) of cleanroom garments at the ISO classification specified by the Buyer at the Call-Off stage.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
two.2) Description
two.2.1) Title
General Cleaning Services and Pest Control
Lot No
2a
two.2.2) Additional CPV code(s)
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 42900000 - Miscellaneous general and special-purpose machinery
- 45452000 - Exterior cleaning work for buildings
- 85112000 - Hospital support services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 98300000 - Miscellaneous services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers that have been appointed to Lot 2A are responsible for the provision of routine cleaning to enhance the patient environment of the Buyers Premises in accordance with national standards for cleaning and infection control and prevention. The Suppliers that have been appointed to Lot 2A are responsible for the provision of a range of Pest Control Services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
two.2) Description
two.2.1) Title
Ambulance and Vehicle Deep Clean Services
Lot No
2b
two.2.2) Additional CPV code(s)
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 42900000 - Miscellaneous general and special-purpose machinery
- 85112000 - Hospital support services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 98300000 - Miscellaneous services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers that have been appointed to Lot 2B are responsible for the provision of specialist cleaning and make ready services for ambulances and vehicles associated with the delivery of clinical services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
two.2) Description
two.2.1) Title
Non-Hazardous Clinical Waste
Lot No
3a
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers that have been appointed to Lot 3A are responsible for the provision of Waste Management Services for non-hazardous clinical wastes on behalf of the Buyer(s).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
two.2) Description
two.2.1) Title
Hazardous Clinical Waste
Lot No
3b
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 90523000 - Toxic waste disposal services except radioactive waste and contaminated soil
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers that have been appointed to Lot 3B are responsible for the provision of Waste Management Services for hazardous clinical wastes on behalf of the Buyer(s).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
two.2) Description
two.2.1) Title
General Waste (Hazardous and Non-Hazardous)
Lot No
3c
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers that have been appointed to Lot 3C are responsible for the provision of Waste Management Services for both hazardous and non-hazardous general wastes on behalf of the Buyer(s).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
two.2) Description
two.2.1) Title
Recyclable General Waste
Lot No
3d
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers that have been appointed to Lot 3D are responsible for the provision of Waste Management Services for recyclable wastes on behalf of the Buyer(s).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
two.2) Description
two.2.1) Title
Confidential Waste
Lot No
3e
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers that have been appointed to Lot 3E are responsible for the provision of Waste Management Services for confidential wastes on behalf of the Buyer(s).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
two.2) Description
two.2.1) Title
Feminine Hygiene Waste
Lot No
3f
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers that have been appointed to Lot 3F are responsible for the provision of Waste Management Services for feminine hygiene wastes on behalf of the Buyer(s).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
two.2) Description
two.2.1) Title
Total Waste Management Service
Lot No
3g
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
Suppliers that have been appointed to Lot 3g are capable of delivering all Services included within Lots 3A, 3B, 3C, 3D, 3E and 3F as a total waste management service.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
two.2) Description
two.2.1) Title
Patient Catering
Lot No
4a
two.2.2) Additional CPV code(s)
- 15800000 - Miscellaneous food products
- 33692200 - Parenteral nutrition products
- 39310000 - Catering equipment
- 55000000 - Hotel, restaurant and retail trade services
- 55500000 - Canteen and catering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers that have been appointed to Lot 4A are responsible for the provision of a healthy, nutritious and appetising full meal service to patients including both in-patients and day patients (where required).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
two.2) Description
two.2.1) Title
Retail Catering and Hospitality Services
Lot No
4b
two.2.2) Additional CPV code(s)
- 15800000 - Miscellaneous food products
- 33692200 - Parenteral nutrition products
- 39310000 - Catering equipment
- 55000000 - Hotel, restaurant and retail trade services
- 55500000 - Canteen and catering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers that have been appointed to Lot 4B are responsible for the provision of an appealing and healthy range of retail catering solutions and hospitality services for visitors and staff.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
two.2) Description
two.2.1) Title
Bundled Soft FM
Lot No
5
two.2.2) Additional CPV code(s)
- 15800000 - Miscellaneous food products
- 18000000 - Clothing, footwear, luggage articles and accessories
- 31625000 - Burglar and fire alarms
- 32223000 - Video transmission apparatus
- 33692200 - Parenteral nutrition products
- 34928480 - Waste and rubbish containers and bins
- 35000000 - Security, fire-fighting, police and defence equipment
- 38500000 - Checking and testing apparatus
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 42900000 - Miscellaneous general and special-purpose machinery
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 48000000 - Software package and information systems
- 50000000 - Repair and maintenance services
- 55000000 - Hotel, restaurant and retail trade services
- 55500000 - Canteen and catering services
- 60120000 - Taxi services
- 63712400 - Parking services
- 71000000 - Architectural, construction, engineering and inspection services
- 75000000 - Administration, defence and social security services
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79993100 - Facilities management services
- 85112000 - Hospital support services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
- 98300000 - Miscellaneous services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
Suppliers that have been appointed to Lot 5 are responsible for the provision of two or more services from Lots 1a - 1d, 2a, 3a - 3g, 4a - 4b or additional services for grounds maintenance, security, porterage and logistics, and visitor support services
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-022016
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 February 2024
five.2.2) Information about tenders
Number of tenders received: 46
Number of tenders received from tenderers from non-EU Member States: 8
Number of tenders received by electronic means: 46
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street
liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £3,500,000,000
Total value of the contract/lot: £3,500,000,000
Section six. Complementary information
six.3) Additional information
The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/ff5c351a-34d5-4f71-b08e-42efea7a2dac
1) Redacted Commercial Agreement
2) List of Successful Suppliers
3) Approved Customer list
4) Transparency Agenda
On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
six.4) Procedures for review
six.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom