Future opportunity

Healthcare Soft Facilities Management Services

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F01: Prior information notice (prior information only)

Notice reference: 2022/S 000-024557

Published 2 September 2022, 8:12am



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

Email

healthcarefm@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

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 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 intends to 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 initial position, subject to engagement, is for a lotting structure that covers Waste, Catering, Linen & Laundry, Cleaning, Security, Reception, Portering and Grounds Maintenance.

The final lotting structure of this framework will be determined as a result of the market engagement.

Further information is included in the Additional Information section VI.3.

two.1.5) Estimated total value

Value excluding VAT: £2,600,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 15880000 - Special nutritional products
  • 15894220 - Hospital meals
  • 15894300 - Prepared dishes
  • 15894400 - Snacks
  • 15894500 - Vending-machine ingredients
  • 15894600 - Sandwich fillings
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18400000 - Special clothing and accessories
  • 18800000 - Footwear
  • 18935000 - Laundry bags
  • 18936000 - Textile bags
  • 19230000 - Linen fabrics
  • 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
  • 35710000 - Command, control, communication and computer systems
  • 38581000 - Baggage-scanning equipment
  • 38582000 - X-ray inspection equipment
  • 39220000 - Kitchen equipment, household and domestic items and catering supplies
  • 39291000 - Laundry supplies
  • 39310000 - Catering equipment
  • 39330000 - Disinfection equipment
  • 39500000 - Textile articles
  • 39515000 - Curtains, drapes, valances and textile blinds
  • 39518000 - Hospital linen
  • 39700000 - Domestic appliances
  • 39830000 - Cleaning products
  • 42924730 - Pressurised water cleaning apparatus
  • 42924740 - High-pressure cleaning apparatus
  • 42961000 - Command and control system
  • 42999000 - Non-domestic vacuum cleaners and floor polishers
  • 44212329 - Security screens
  • 44521100 - Locks
  • 44613800 - Containers for waste material
  • 45112700 - Landscaping work
  • 45452000 - Exterior cleaning work for buildings
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48500000 - Communication and multimedia software package
  • 48600000 - Database and operating software package
  • 48800000 - Information systems and servers
  • 48900000 - Miscellaneous software package and computer systems
  • 50600000 - Repair and maintenance services of security and defence materials
  • 50830000 - Repair services of garments and textiles
  • 55300000 - Restaurant and food-serving services
  • 55500000 - Canteen and catering services
  • 55520000 - Catering services
  • 55900000 - Retail trade services
  • 60120000 - Taxi services
  • 63712400 - Parking services
  • 71421000 - Landscape gardening services
  • 71700000 - Monitoring and control services
  • 75122000 - Administrative healthcare services
  • 75241000 - Public security services
  • 77200000 - Forestry services
  • 77300000 - Horticultural services
  • 79700000 - Investigation and security services
  • 79710000 - Security services
  • 79992000 - Reception services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 85112000 - Hospital support services
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90400000 - Sewage services
  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 90514000 - Refuse recycling services
  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
  • 90523000 - Toxic waste disposal services except radioactive waste and contaminated soil
  • 90524000 - Medical waste services
  • 90530000 - Operation of a refuse site
  • 90600000 - Cleaning and sanitation services in urban or rural areas, and related services
  • 90610000 - Street-cleaning and sweeping services
  • 90620000 - Snow-clearing services
  • 90630000 - Ice-clearing services
  • 90640000 - Gully cleaning and emptying services
  • 90650000 - Asbestos removal services
  • 90700000 - Environmental services
  • 90711100 - Risk or hazard assessment other than for construction
  • 90733000 - Services related to water pollution
  • 90900000 - Cleaning and sanitation services
  • 90910000 - Cleaning services
  • 90920000 - Facility related sanitation services
  • 90921000 - Disinfecting and exterminating services
  • 90922000 - Pest-control services
  • 98300000 - Miscellaneous services
  • 98310000 - Washing and dry-cleaning services
  • 98340000 - Accommodation and office services
  • 98341100 - Accommodation management services
  • 98341110 - Housekeeping services
  • 98341120 - Portering services
  • 98341130 - Janitorial services
  • 98341140 - Caretaker services
  • 98342000 - Work environment services
  • 98350000 - Civic-amenity services
  • 98351000 - Car park management services
  • 98393000 - Tailoring services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Crown Commercial Service (CCS) as the Authority intends to 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.

two.2.14) Additional information

The initial position, subject to engagement, is for a lotting structure that covers Waste, Catering, Linen & Laundry, Cleaning, Security, Reception, Portering and Grounds Maintenance.

The final lotting structure of this framework will be determined as a result of the market engagement

two.3) Estimated date of publication of contract notice

18 October 2023


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

This Prior Information Notice is to signal an intention to commence market engagement with those within the healthcare FM market.

Crown Commercial Service intends to hold market engagement sessions during August and September 2022 with suppliers interested in potentially bidding for the resulting framework contract. If you are interested in attending a market engagement session please express your interest by emailing healthcarefm@crowncommercial.gov.uk. Further details will be provided to you.

Your email must clearly state: the name of your organisation, and contact details for the individual(s) (maximum of 3 people per organisation) who will participate in the market engagement.

Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk.

Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

The value in II.1.5 is an indicative value over 4 years 0 months, which is the maximum lifetime of the framework but also includes the duration of a call off contract which can be a maximum of 7 years initial terms, with the option of 10 years with extensions.

The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming Crown for updates and monitor Tenders Electronic Daily for the publication of the contract notice.

https://www.contractsfinder.service.gov.uk/Notice/a7ce74c0-029c-4c35-b7ff-25d0c7e42adc

The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further 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 properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.

To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials certified for the services under and in connection with the procurement.

The services that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the RM6331 Healthcare Soft FM Schedule, “Security Requirement and Plan”, to meet RM6331 Healthcare Soft FM requirements. This will be released at the ITT stage.