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

Print Marketplace

  • First published: 07 February 2020
  • Last modified: 07 February 2020

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:
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
Authority ID:
AA77925
Publication date:
07 February 2020
Deadline date:
06 March 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Crown Commercial Service (CCS) is seeking to establish a framework contract with a single supplier to provide, host and manage a system known as print marketplace. The print marketplace shall:

— service the high-volume, low-spend print requirements across the public sector,

— enable public sector Buyers with access to a pre-qualified, dynamic and local supplier base, and

— offer real-time instant pricing across the print landscape.

The supplier shall provide a full end-to-end service including the management of: the system, the print supply chain and buyer registrations and support.

CCS is partnering with YPO to put this framework contract in place.

The full requirements are set out in Attachment 10 — Framework Schedule 5 (Specification), in the ITT.

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 (CCS)

9th Floor, The Capital Building, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

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

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


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://crowncommercialservice.bravosolution.co.uk


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

Print Marketplace

Reference number: RM6071

II.1.2) Main CPV code

79810000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service (CCS) is seeking to establish a framework contract with a single supplier to provide, host and manage a system known as print marketplace. The print marketplace shall:

— service the high-volume, low-spend print requirements across the public sector,

— enable public sector buyers with access to a pre-qualified, dynamic and local supplier base, and

— offer real-time instant pricing across the print landscape.

The supplier shall provide a full end to end service including the management of: the system, the print supply chain and buyer registrations and support.

CCS is partnering with YPO to put this framework contract in place.

The full requirements are set out in Attachment 10 — Framework Schedule 5 (Specification), in the ITT.

II.1.5) Estimated total value

Value excluding VAT: 200 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

22000000

22100000

22110000

22111000

22150000

22160000

22300000

22440000

22450000

22456000

22457000

22458000

22459000

22459100

22460000

22461000

22461100

22462000

22470000

22820000

22821000

22822000

22822100

22822200

22900000

30197630

30197640

30197643

30197645

30211300

79800000

79810000

79821000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Crown Commercial Service (CCS) is seeking to establish a framework contract with a single supplier to provide, host and manage a system known as print marketplace. The print marketplace shall:

— service the high-volume, low-spend print requirements across the public sector,

— enable public sector Buyers with access to a pre-qualified, dynamic and local supplier base, and

— offer real-time instant pricing across the print landscape.

The supplier shall provide a full end-to-end service including the management of: the system, the print supply chain and buyer registrations and support.

CCS is partnering with YPO to put this framework contract in place.

The full requirements are set out in Attachment 10 — Framework Schedule 5 (Specification), in the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Cost criterion: Price / Weighting: 20

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

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 a single operator.

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 241-591873

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

Date: 06/03/2020

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: 120 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 06/03/2020

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/e8e0f48f-9a52-4516-b6fa-928c222bba13

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

On 2.4.2014 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 should 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

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 help@eSourcingsolution.co.uk or call 0800 069 8630.

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 3450103503

E-mail: supplier@crowncommercial.gov.uk

VI.5) Date of dispatch of this notice

05/02/2020

Coding

Commodity categories

ID Title Parent category
22462000 Advertising material Trade-advertising material, commercial catalogues and manuals
22459100 Advertising stickers and strips Tickets
22458000 Bespoke printed matter Security-type printed matter
22160000 Booklets Printed books, brochures and leaflets
22150000 Brochures Printed books, brochures and leaflets
22822000 Business forms Forms
30197645 Card for printing Small office equipment
22461000 Catalogues Trade-advertising material, commercial catalogues and manuals
22440000 Cheque forms Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manuals
30211300 Computer platforms Mainframe computer
22822100 Continuous business forms Business forms
22821000 Electoral forms Forms
22457000 Entrance cards Security-type printed matter
22820000 Forms Paper or paperboard registers, account books, binders, forms and other articles of printed stationery
22461100 List holders Catalogues
22470000 Manuals Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manuals
22900000 Miscellaneous printed matter Printed matter and related products
22822200 Non-continuous business forms Business forms
22456000 Permits Security-type printed matter
30197643 Photocopier paper Small office equipment
22300000 Postcards, greeting cards and other printed matter Printed matter and related products
79821000 Print finishing services Services related to printing
22110000 Printed books Printed books, brochures and leaflets
22100000 Printed books, brochures and leaflets Printed matter and related products
22000000 Printed matter and related products Printing and Publishing
79800000 Printing and related services Business services: law, marketing, consulting, recruitment, printing and security
30197630 Printing paper Small office equipment
79810000 Printing services Printing and related services
22111000 School books Printed books
22450000 Security-type printed matter Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manuals
30197640 Self-copy or other copy paper Small office equipment
22459000 Tickets Security-type printed matter
22460000 Trade-advertising material, commercial catalogues and manuals Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manuals

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.