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 Notice

Linen and Laundry Services

  • First published: 20 September 2019
  • Last modified: 20 September 2019
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
The Cabinet Office
Authority ID:
AA26341
Publication date:
20 September 2019
Deadline date:
21 October 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The suppliers appointed to Lot 1(a) will be 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, which are hired to the buyer from the supplier.

Lot 1(a) suppliers may also provide additional services to buyers (if required). The provision of additional services which may be required by buyers are detailed in paragraph 7 of this framework Schedule 1 (specification).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

The Capital Building, 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/government/organisations/crown-commercial-service

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.crowncommercialservice.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.crowncommercialservice.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


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

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Linen and Laundry Services

Reference number: RM6154

II.1.2) Main CPV code

98310000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service (CCS) is seeking to establish a framework agreement with multiple suppliers for the provision of laundry and linen services, for use by the Public Sector organisations identified at Section VI.3) of this notice.

The framework agreement will comprise of the following lots, namely:

— Lot 1(a): Linen Hire with Standard Wash Linen and Laundry Services,

— Lot 1(b): Standard Wash Linen and Laundry Services,

— Lot 2: Specialist Laundry Services (Theatre Packs), and

— Lot 3: Specialist Cleanroom Laundry Services.

Bidders have the opportunity to bid for all or any combination of the lots.

The full specification is set out in framework Schedule 1 (specification), which can be found in the invitation to tender documents attached to the BravoSolution eSourcing suite.

II.1.5) Estimated total value

Value excluding VAT: 260 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: Lot 1 (a)

II.2.1) Title

Linen Hire with Standard Wash Linen and Laundry Services

II.2.2) Additional CPV code(s)

18935000

39515000

39515100

39515200

39515300

39515400

39518000

39518100

39518200

50830000

85112000

85112100

98311000

98311100

98311200

98312000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The suppliers appointed to Lot 1(a) will be 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, which are hired to the buyer from the supplier.

Lot 1(a) suppliers may also provide additional services to buyers (if required). The provision of additional services which may be required by buyers are detailed in paragraph 7 of this framework Schedule 1 (specification).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 145 600 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

II.2.14) Additional information

The framework term is for an initial period of thirty nine (39) months, with the option to extend for a further nine (9) month period.

Lot No: Lot 1 (b)

II.2.1) Title

Standard Wash Linen and Laundry Services

II.2.2) Additional CPV code(s)

18935000

39515000

39515100

39515200

39515300

39515400

39518000

39518100

39518200

50830000

85112000

85112100

98311000

98311100

98311200

98312000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The suppliers appointed to Lot 1(b) will be 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, which are owned by the buyer.

Lot 1(b) suppliers may also provide additional services to buyers (if required). The provision of additional services which may be required by buyers are detailed in paragraph 7 of this framework Schedule 1 (specification).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 62 400 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

II.2.14) Additional information

The framework term is for an initial period of thirty nine (39) months, with the option to extend for a further nine (9) month period.

Lot No: Lot 2

II.2.1) Title

Specialist Laundry Services (Theatre Packs)

II.2.2) Additional CPV code(s)

18935000

39515000

39515100

39515200

39515300

39515400

39518000

39518100

39518200

50830000

85112000

98311000

98311200

98312000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The suppliers appointed to Lot 2 will be responsible for the provision of specialist laundry services (theatre packs and drapes) including the processing (wash and finish) and transportation (collection and return), hired to the buyer from the supplier.

All suppliers appointed to Lot 2 must comply with the specific accreditations and performance criteria laid down in the European Standard EN13795; and the requirements of the European directive for the disinfection/decontamination of Medical Devices Directive 93/42/EEC (including the requirement to CE mark).

Lot 2 suppliers may also provide additional services to buyers (if required). The provision of additional services which may be required by buyers are detailed in paragraph 7 of this framework Schedule 1 (specification).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 26 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

II.2.14) Additional information

The framework term is for an initial period of thirty nine (39) months, with the option to extend for a further nine (9) month period.

Lot No: Lot 3

II.2.1) Title

Specialist Cleanroom Laundry Services

II.2.2) Additional CPV code(s)

18935000

39515000

39515100

39515200

39515300

39515400

39518000

39518100

39518200

50830000

85112000

98311000

98311200

98312000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The suppliers appointed to Lot 3 will be 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.

Lot 3 Suppliers may also provide additional services to buyers (if required). The provision of additional services which may be required by Buyers are detailed in paragraph 7 of this framework Schedule 1 (specification).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 26 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

II.2.14) Additional information

The framework term is for an initial period of thirty nine (39) months, with the option to extend for a further nine (9) month period.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an invitation to tender (‘ITT’) registering for access.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 80

IV.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction:

An electronic auction will not be used at the framework level. However, buyers reserve the right to use an electronic auction at the call-off stage.

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:

2019/S 069-161684

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 21/10/2019

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 21/10/2019

Local time: 15:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/f52a87ed-b778-4463-84f7-9df74fe3ba22

1) contract notice transparency information for the agreement;

2) contract notice authorised customer list;

3) rights reserved for CCS Framework.

CCS considers that the transfer of undertakings (protection of employment) Regulations 2006 (TUPE) will not apply at framework level. We encourage you to take your own advice on whether TUPE is likely to apply, in particular circumstances of the call-off contract, and to carry out due diligence accordingly.

On 2.4.2014 the Government introduced its Government Security Classifications (GSC) classification scheme which replaced the Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this requirement. The link below to the Gov.uk website provides information on the GSC: https://www.gov.uk/government/publications/government-security-classifications

Registering for access:

This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the BravoSolution portal for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

To register, you will need to:

1) Go to the URL: https://crowncommercialservice.bravosolution.co.uk

2) Select the link ‘I am a new supplier user’;

3) Read and agree to the portal user agreement;

4) Complete the registration form, providing information including:

— the full legal name of your organisation,

— your company registration number,

— your DUNS number — a unique nine-digit number provided to organisations free of charge by Dun and Bradstreet,

— user and contact details.

Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.

Note: If you require additional users from your organisation to see the invitation to tender ITT, do not repeat the above process as this will create a new separate organisation account; instead the registered user can add additional users to the existing supplier organisation account via ‘User Management’ > ‘Manage Users’ > ‘Users’ > ‘Create’.

Expressing an interest:

To express your interest in this procurement:

1) Login to the BravoSolution eSourcing suite portal: https://crowncommercialservice.bravosolution.co.uk

2) On the dashboard select the link ITTs open to all suppliers;

3) On the ‘ITTs Open to All Suppliers’ webpage you will see one or more procurements listed, click on the procurement name you wish to access;

4) Click on express interest at the top of the next screen;

5) You can now access the published documents in the BravoSolution portal.

For assistance please contact the eSourcing Help-desk operated by BravoSolution by email at help@bravosolution.co.uk or call 08000698630.

VI.4) Procedures for review

VI.4.1) Review body

Crown Commercial Service

Liverpool

UK

VI.5) Date of dispatch of this notice

18/09/2019

Coding

Commodity categories

ID Title Parent category
39515400 Blinds Curtains, drapes, valances and textile blinds
39515100 Curtains Curtains, drapes, valances and textile blinds
39515000 Curtains, drapes, valances and textile blinds Textile household articles
39515200 Drapes Curtains, drapes, valances and textile blinds
39518000 Hospital linen Textile household articles
85112000 Hospital support services Hospital and related services
85112100 Hospital-bedding services Hospital support services
18935000 Laundry bags Sacks and bags
98311000 Laundry-collection services Washing and dry-cleaning services
98311100 Laundry-management services Laundry-collection services
98311200 Laundry-operation services Laundry-collection services
39518100 Operating-theatre drapes Hospital linen
39518200 Operating-theatre sheets Hospital linen
50830000 Repair services of garments and textiles Miscellaneous repair and maintenance services
98312000 Textile-cleaning services Washing and dry-cleaning services
39515300 Valances Curtains, drapes, valances and textile blinds
98310000 Washing and dry-cleaning services Miscellaneous services

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.