Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Healthcare Soft Facilities Management (FM) Services

  • First published: 21 March 2024
  • Last modified: 21 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-036511
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
21 March 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.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

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Other: Public Procurement

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Healthcare Soft Facilities Management (FM) Services

Reference number: RM6331

II.1.2) Main CPV code

79993000

 

II.1.3) Type of contract

Services

II.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.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 3 500 000 000.00  GBP

II.2) Description

Lot No: 1a

II.2.1) Title

Standard Wash Linen and Laundry Services

II.2.2) Additional CPV code(s)

18000000

39000000

50830000

98300000

98310000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 1b

II.2.1) Title

Specialist Laundry Services (Theatre Packs)

II.2.2) Additional CPV code(s)

18000000

39000000

50830000

98300000

98310000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 1c

II.2.1) Title

Standard Wash Linen and Laundry Services and Theatre Packs

II.2.2) Additional CPV code(s)

18000000

39000000

50830000

98300000

98310000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 1d

II.2.1) Title

Specialist Cleanroom Laundry Services

II.2.2) Additional CPV code(s)

18000000

39000000

50830000

98300000

98310000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2a

II.2.1) Title

General Cleaning Services and Pest Control

II.2.2) Additional CPV code(s)

39000000

42900000

45452000

85112000

90000000

98300000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2b

II.2.1) Title

Ambulance and Vehicle Deep Clean Services

II.2.2) Additional CPV code(s)

39000000

42900000

85112000

90000000

98300000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3a

II.2.1) Title

Non-Hazardous Clinical Waste

II.2.2) Additional CPV code(s)

34928480

44613800

90000000

90500000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3b

II.2.1) Title

Hazardous Clinical Waste

II.2.2) Additional CPV code(s)

34928480

44613800

90000000

90500000

90520000

90523000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3c

II.2.1) Title

General Waste (Hazardous and Non-Hazardous)

II.2.2) Additional CPV code(s)

34928480

44613800

90000000

90500000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3d

II.2.1) Title

Recyclable General Waste

II.2.2) Additional CPV code(s)

34928480

44613800

90000000

90500000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3e

II.2.1) Title

Confidential Waste

II.2.2) Additional CPV code(s)

34928480

44613800

90000000

90500000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3f

II.2.1) Title

Feminine Hygiene Waste

II.2.2) Additional CPV code(s)

34928480

44613800

90000000

90500000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3g

II.2.1) Title

Total Waste Management Service

II.2.2) Additional CPV code(s)

34928480

44613800

90000000

90500000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4a

II.2.1) Title

Patient Catering

II.2.2) Additional CPV code(s)

15800000

33692200

39310000

55000000

55500000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4b

II.2.1) Title

Retail Catering and Hospitality Services

II.2.2) Additional CPV code(s)

15800000

33692200

39310000

55000000

55500000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Bundled Soft FM

II.2.2) Additional CPV code(s)

15800000

18000000

31625000

32223000

33692200

34928480

35000000

38500000

39000000

42900000

44000000

45000000

48000000

50000000

55000000

55500000

60120000

63712400

71000000

75000000

77000000

79000000

79993100

85112000

90000000

90500000

98300000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-022016

IV.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 V: Award of contract

Lot No: 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/02/2024

V.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

V.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

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 3 500 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.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.

VI.4) Procedures for review

VI.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

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: https://www.gov.uk/ccs

VI.5) Date of dispatch of this notice

20/03/2024

Coding

Commodity categories

ID Title Parent category
75000000 Administration, defence and social security services Defence and security
77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services Agriculture and Food
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
79993000 Building and facilities management services Miscellaneous business-related services
31625000 Burglar and fire alarms Sound or visual signalling apparatus
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
55500000 Canteen and catering services Hotel, restaurant and retail trade services
39310000 Catering equipment Miscellaneous equipment
38500000 Checking and testing apparatus Laboratory, optical and precision equipments (excl. glasses)
18000000 Clothing, footwear, luggage articles and accessories Materials and Products
44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus Materials and Products
45000000 Construction work Construction and Real Estate
44613800 Containers for waste material Large containers
45452000 Exterior cleaning work for buildings Other building completion work
79993100 Facilities management services Building and facilities management services
39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products Technology and Equipment
85112000 Hospital support services Hospital and related services
55000000 Hotel, restaurant and retail trade services Other Services
15800000 Miscellaneous food products Food, beverages, tobacco and related products
42900000 Miscellaneous general and special-purpose machinery Industrial machinery
98300000 Miscellaneous services Other community, social and personal services
33692200 Parenteral nutrition products Medical solutions
63712400 Parking services Support services for road transport
90520000 Radioactive-, toxic-, medical- and hazardous waste services Refuse and waste related services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
50000000 Repair and maintenance services Other Services
50830000 Repair services of garments and textiles Miscellaneous repair and maintenance services
35000000 Security, fire-fighting, police and defence equipment Defence and security
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation
48000000 Software package and information systems Computer and Related Services
60120000 Taxi services Road transport services
90523000 Toxic waste disposal services except radioactive waste and contaminated soil Radioactive-, toxic-, medical- and hazardous waste services
32223000 Video transmission apparatus Television transmission apparatus without reception apparatus
98310000 Washing and dry-cleaning services Miscellaneous services
34928480 Waste and rubbish containers and bins Road furniture

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.