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