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

Office Solutions

  • First published: 06 December 2023
  • Last modified: 06 December 2023

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-03a3ed
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
06 December 2023
Deadline date:
15 January 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

All office solutions products, including stationery and EOS.

This is a multi Supplier Lot.

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

9th Floor, 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/ccs

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://crowncommercialservice.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://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

Office Solutions

Reference number: RM6299

II.1.2) Main CPV code

30000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Crown Commercial Service (CCS) is seeking to establish a framework contract with suppliers for the provision of office stationery supplies and electronic office supplies.

The supplier shall be required to provide the deliverables (e.g.good and services) to all public sector organisations throughout the United Kingdom including but not limited to;

office stationery

facility peripherals (janitorial/cleaning products)

paper and paper based products

electronic office supplies (EOS)

office furniture

ergonomic products

catering products

This new Framework contract will be for a period of 36 months with an option to extend for one further 12 (twelve) month period.

The new Framework contract will be split into 2 Lots as follows:

Lot 1 - Office Stationery and Electronic Office Supplies (EOS) (Multi Supplier)

Lot 2 - Electronic Office Supplies (EOS) (Multi Supplier)

This Framework is to replace the current RM6059 Office Supplies framework, which has two single supplier lots and one multi-supplier lot offering a product range similar to the above.

The full specification is set out in Framework Schedule 1 (Specification).

II.1.5) Estimated total value

Value excluding VAT: 400 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

II.2) Description

Lot No: 1

II.2.1) Title

Office Stationery and Electronic Office Supplies (EOS) (Multi Supplier)

II.2.2) Additional CPV code(s)

22111000

22600000

22610000

22830000

22832000

30000000

30100000

30125000

30125100

30125110

30125120

30125130

30190000

30192000

30192113

30192700

30197000

30197600

30197642

30197643

30199000

30199230

30199710

30230000

30234000

30237200

33141623

37800000

38112100

38650000

39113700

39130000

39162000

39162110

39220000

39800000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

All office solutions products, including stationery and EOS.

This is a multi Supplier Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Quality criterion: Price / Weighting: 60

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 300 000 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The initial duration of the Framework is 36 months, with an option to extend the duration of the Framework Contract for any period or periods up to a maximum of one (1) twelve (12) month extension period in total from the expiry of the Initial Period.

CCS reserve the right to extend lots by varying durations.

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

CCS will conduct an eAuction for Lot 1.

CCS reserves the right to not perform an eAuction and to revert to a sealed bid price evaluation, where the lowest price will be awarded maximum price score.

The framework will be established for 36 months with the option to extend for up to 1 further period of 12 months.

Lot No: 2

II.2.1) Title

Electronic Office Supplies (EOS) Multi Supplier

II.2.2) Additional CPV code(s)

22600000

22610000

30000000

30125000

30125100

30125110

30125120

30125130

30192113

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Electronic Office Supplies (EOS only). This is a multi supplier Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Quality criterion: Price / Weighting: 60

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The initial duration of the Framework is 3 years (36 months) with an option to extend the duration of the Framework Contract for any period or periods up to a maximum of one (1) twelve (12) month extension period in total from the expiry of the Initial Period.

CCS reserve the right to extend lots by varying durations.

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

CCS will conduct an eAuction for Lot 2.

CCS reserves the right to not perform an eAuction and to revert to a sealed bid price evaluation, where the lowest price will be awarded maximum price score.

The framework will be established for 36 months with the option to extend for up to 1 further period of 12 months.

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.

IV.1.6) Information about electronic auction

An electronic auction will be used

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 000-003879

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

Date: 15/01/2024

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

Tender must be valid until: 15/07/2024

IV.2.7) Conditions for opening of tenders

Date: 15/01/2024

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

As part of this contract notice the following documents can be accessed at:

https://www.contractsfinder.service.gov.uk/Notice/39d62991-bec0-4c77-82e8-846c0bff8b65

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that the Government collects, stores, processes, generates or shares to deliver services and conduct business.

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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement, or the accepted equivalent for this procurement, as stated in the Attachment 2a Selection Questionnaire.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite 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.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help Desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

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.crowncommercial.gov.uk/

VI.5) Date of dispatch of this notice

04/12/2023

Coding

Commodity categories

ID Title Parent category
39800000 Cleaning and polishing products Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
30237200 Computer accessories Parts, accessories and supplies for computers
30230000 Computer-related equipment Computer equipment and supplies
39162000 Educational equipment School furniture
30199230 Envelopes Paper stationery and other items
22830000 Exercise books Paper or paperboard registers, account books, binders, forms and other articles of printed stationery
22832000 Exercise papers Exercise books
33141623 First-aid boxes Disposable non-chemical medical consumables and haematological consumables
39113700 Footrests Miscellaneous seats and chairs
38112100 Global navigation and positioning systems (GPS or equivalent) Sextants
37800000 Handicraft and art supplies Musical instruments, sport goods, games, toys, handicraft, art materials and accessories
22600000 Ink Printed matter and related products
30192113 Ink cartridges Office supplies
39220000 Kitchen equipment, household and domestic items and catering supplies Furnishing
30000000 Office and computing machinery, equipment and supplies except furniture and software packages Computer and Related Services
39130000 Office furniture Furniture
30100000 Office machinery, equipment and supplies except computers, printers and furniture Office and computing machinery, equipment and supplies except furniture and software packages
30192000 Office supplies Various office equipment and supplies
30199000 Paper stationery and other items Various office equipment and supplies
30125000 Parts and accessories of photocopying apparatus Photocopying and offset printing equipment
30197643 Photocopier paper Small office equipment
30197642 Photocopier paper and xerographic paper Small office equipment
38650000 Photographic equipment Optical instruments
30199710 Printed envelopes Paper stationery and other items
22610000 Printing ink Ink
30197600 Processed paper and paperboard Small office equipment
22111000 School books Printed books
30197000 Small office equipment Various office equipment and supplies
30192700 Stationery Office supplies
30234000 Storage media Computer-related equipment
39162110 Teaching supplies Educational equipment
30125100 Toner cartridges Parts and accessories of photocopying apparatus
30125130 Toner for data-processing and research and documentation centres Parts and accessories of photocopying apparatus
30125110 Toner for laser printers/fax machines Parts and accessories of photocopying apparatus
30125120 Toner for photocopiers Parts and accessories of photocopying apparatus
30190000 Various office equipment and supplies Office machinery, equipment and supplies except computers, printers and 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.