Healthcare Soft Facilities Management (FM) Services

A Contract Award Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
4 year (est.)
Value
£4B
Sector
FACILITY
Published
20 Mar 2024
Delivery
To 28 Feb 2028 (est.)
Deadline
n/a

Concepts

Location

UK - United Kingdom

Geochart for 2 buyers and 1 suppliers

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.

Lot Division

5 Bundled Soft FM

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

2 Standard Wash Linen and Laundry Services

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.

3 Specialist Laundry Services (Theatre Packs)

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.

4 Standard Wash Linen and Laundry Services and Theatre Packs

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).

5 Specialist Cleanroom Laundry Services

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.

6 General Cleaning Services and Pest Control

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.

7 Ambulance and Vehicle Deep Clean Services

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.

8 Non-Hazardous Clinical Waste

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).

9 Hazardous Clinical Waste

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).

10 General Waste (Hazardous and Non-Hazardous)

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).

11 Recyclable General Waste

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).

12 Confidential Waste

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).

13 Feminine Hygiene Waste

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).

14 Total Waste Management Service

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.

15 Patient Catering

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).

16 Retail Catering and Hospitality Services

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.

Award Detail

1 See Contracts Finder Notice for Full Supplier List (Liverpool)
  • Num offers: 46
  • Value: £3,500,000,000

Award Criteria

Quality 80.0
PRICE 20.0

CPV Codes

  • 79993000 - Building and facilities management services
  • 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
  • 42900000 - Miscellaneous general and special-purpose machinery
  • 45452000 - Exterior cleaning work for buildings
  • 85112000 - Hospital support services
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 34928480 - Waste and rubbish containers and bins
  • 44613800 - Containers for waste material
  • 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
  • 15800000 - Miscellaneous food products
  • 33692200 - Parenteral nutrition products
  • 39310000 - Catering equipment
  • 55000000 - Hotel, restaurant and retail trade services
  • 55500000 - Canteen and catering services
  • 31625000 - Burglar and fire alarms
  • 32223000 - Video transmission apparatus
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 38500000 - Checking and testing apparatus
  • 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
  • 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

Indicators

  • Award on basis of price.

Other 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-42efea... 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.

Reference

Domains