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 Award Notice

Print and Associated Services Framework to include Hybrid Mail and Digital Transformation Solutions

  • First published: 03 June 2025
  • Last modified: 03 June 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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-04e462
Published by:
University of Essex
Authority ID:
AA20012
Publication date:
03 June 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Framework will provide access to a comprehensive range of Print and Associated Services including Hybrid Mail and Digital Transformation Solutions. It is let by the University of Essex and is open for use by all contracting authorities across the public sector throughout the UK (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks, Registered Social Landlords and any other body permitted by the Contracting Authority. Full details of the classification of eligible end user establishments and geographical areas is available at https://www.dukefieldprocurement.co.uk/fts-eligible-users

The Framework will be let across a single Lot. There will be a maximum of fifteen (15) suppliers awarded a place on the framework.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

UK

Telephone: +44 1206872954

E-mail: philip.sweeting@essex.ac.uk

NUTS: UK

Internet address(es)

Main address: https://www.essex.ac.uk/

Address of the buyer profile: https://www.essex.ac.uk/

I.1) Name and addresses

Dukefield Procurement Limited

Parkside House 167, Chorley

Bolton

BL1 4RA

UK

Telephone: +44 7966040564

E-mail: steve.davies@dukefieldprocurement.co.uk

NUTS: UKD3

Internet address(es)

Main address: http://www.dukefield.co.uk/about-us/

Address of the buyer profile: http://www.dukefield.co.uk/about-us/

I.1) Name and addresses

Public Sector

Wivenhoe Park

Colchester

CO4 3SQ

UK

Telephone: +44 1206872954

E-mail: philip.sweeting@essex.ac.uk

NUTS: UK

Internet address(es)

Main address: https://www.essex.ac.uk/

Address of the buyer profile: https://www.essex.ac.uk/

I.2) Joint procurement

The contract involves joint procurement

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Print and Associated Services Framework to include Hybrid Mail and Digital Transformation Solutions

Reference number: CA15282 - UOE/DU/PRINT/01

II.1.2) Main CPV code

79800000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Framework will provide access to a comprehensive range of Print and Associated Services including Hybrid Mail and Digital Transformation Solutions. It is let by the University of Essex and is open for use by all contracting authorities across the public sector throughout the UK (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks, Registered Social Landlords and any other body permitted by the Contracting Authority. Full details of the classification of eligible end user establishments and geographical areas is available at https://www.dukefieldprocurement.co.uk/fts-eligible-users

The Framework will be let across a single Lot. There will be a maximum of fifteen (15) suppliers awarded a place on the framework.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 100 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

79410000

79995100

30131000

22000000

72512000

72212310

79820000

64100000

79810000

79571000

79821000

22458000

79570000

48782000

64110000

79811000

22150000

22140000

72412000

64216120

63121000

30197630

22800000

22822000

79415200

79824000

79999100

63120000

64227000

22100000

64000000

48300000

79823000

79822500

22900000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

united kingdom

II.2.4) Description of the procurement

The framework will provide access to a comprehensive suite of Print and Associated Services to include, but not be limited to:

• Print Supplies and Services

• Design Services

• Hybrid Mail Services and Solutions

• Digital Transformation Solutions - including Cloud Services, Document Management Services, Document Storage and Distribution Services, Omni Channel Communications, Mailing and Mail Management Solutions and Scanning and Archiving Services.

• Consultancy Services - there will also be access to a range of consultancy service to support the operation and use of the framework across all framework supply and service areas.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60.00%

Price / Weighting:  40.00%

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

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

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:

2025/S 000-005981

Section V: Award of contract

Contract No: CA15282

Title: Print and Associated Services Framework to include Hybrid Mail and Digital Transformation Solutions

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/05/2025

V.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

PSL Print Management Ltd

Unit A59, RedScar Business Park

Preston

PR2 5ND

UK

Telephone: +44 1772704515

E-mail: tenders@pslprint.co.uk

Fax: +44 1772703848

NUTS: UK

Internet address(es)

URL: www.pslprint.com

The contractor is an SME: No

V.2.3) Name and address of the contractor

FCS Laser Mail

20 Wood Lane, Erdington

BIRMINGHAM

B24 9QL

UK

Telephone: +44 1213064300

E-mail: sales@fcslasermail.co.uk

Fax: +44 1213064310

NUTS: UK

Internet address(es)

URL: www.fcslasermail.co.uk

The contractor is an SME: No

V.2.3) Name and address of the contractor

Harlow Solutions

7-21 Maxwell Street,

South Shields

NE33 4PU

UK

Telephone: +44 1914554286

E-mail: sales@harlowprinting.co.uk

NUTS: UK

Internet address(es)

URL: https://harlowsolutions.co.uk/

The contractor is an SME: No

V.2.3) Name and address of the contractor

MBA Group Ltd

MBA House, Garman Road

London

N17 0HW

UK

Telephone: +44 2083764300

E-mail: tfoo@mba-group.com

NUTS: UK

Internet address(es)

URL: www.mba-group.com

The contractor is an SME: No

V.2.3) Name and address of the contractor

Sterling Press Ltd

Sterling House, Kettering Venture Park

Kettering

NN15 6XU

UK

Telephone: +44 1536527300

E-mail: tenders@sterlingsolutions.co.uk

Fax: +44 8700842100

NUTS: UK

Internet address(es)

URL: http://www.sterlingsolutions.co.uk

The contractor is an SME: No

V.2.3) Name and address of the contractor

CDS PRINT SERVICES LTD

Riverside House 7 Canal Wharf,

LEEDS

LS11 5AS

UK

Telephone: +44 1133994000

E-mail: bids@cds-print.co.uk

NUTS: UK

Internet address(es)

URL: www.cds.co.uk

The contractor is an SME: No

V.2.3) Name and address of the contractor

CDP Print Management

Form House, 74-82 Rose Lane

Liverpool

L18 8EE

UK

Telephone: +44 1517247000

E-mail: tenders@cdp.co.uk

Fax: +44 1517246478

NUTS: UK

Internet address(es)

URL: www.cdp.co.uk

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The University of Essex's Internal Reference Number is UOE/DU/PRINT/01. The framework is being delivered by the University of Essex and its partners Dukefield Procurement Ltd (who are a subsidiary of Dukefield Ltd). Dukefield Procurement Ltd are acting as agents of the University of Essex in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at: https://suppliers.multiquote.com

The tender is available from the opportunities menu on the login page of the site. The Contracting Authority shall not be under any obligation to accept the lowest tender or indeed any tender. The University of Essex expressly reserves the rights:

(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;

(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;

(c) to award a contract covering only part of it's requirements if explicitly detailed within the tender documentation;

(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;

(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;

(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;

(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/ discussion documents to the market where appropriate to the subject matter of this procurement;

(h) the contracting authority will not be liable for any costs incurred by tenderers;

(i) the value of the framework provided in section II.1.5 is only an estimate and the contracting authority will not guarantee any business through this framework agreement;

and

(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4. Tenderers should note, in reference to section IV.1.3, envisaged maximum number of participants to the framework:

Where, following the evaluation of bids, more than one tenderer is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the purpose of calculating the maximum number of suppliers under the framework. The

contracting authority will award a framework agreement to additional tenderers on the framework beyond the stated maximum number, where their final evaluation score(s) is within 0.5% of the last placed position on the framework. For the avoidance of doubt, the 15th placed position in respect of this framework. Therefore, tenderers within 0.5%, along with the tenderer in last placed position, shall be deemed to occupy the last framework agreement contract award position for the framework.

VI.4) Procedures for review

VI.4.1) Review body

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

UK

Internet address(es)

URL: https://www.essex.ac.uk/

VI.4.2) Body responsible for mediation procedures

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

UK

Internet address(es)

URL: https://www.essex.ac.uk/

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The University of Essex will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and

Northern Ireland). Any action must be generally brought within 3 months. If a declaration of

ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into.

Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the

Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.4.4) Service from which information about the review procedure may be obtained

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

UK

Internet address(es)

URL: https://www.essex.ac.uk/

VI.5) Date of dispatch of this notice

23/05/2025

Coding

Commodity categories

ID Title Parent category
79995100 Archiving services Library management services
22458000 Bespoke printed matter Security-type printed matter
22150000 Brochures Printed books, brochures and leaflets
79410000 Business and management consultancy services Business and management consultancy and related services
22822000 Business forms Forms
79415200 Design consultancy services Production management consultancy services
79811000 Digital printing services Printing services
72212310 Document creation software development services Programming services of application software
48300000 Document creation, drawing, imaging, scheduling and productivity software package Software package and information systems
72512000 Document management services Computer-related management services
72412000 Electronic mail service provider Provider services
64216120 Electronic mail services Electronic message and information services
79822500 Graphic design services Composition services
64227000 Integrated telecommunications services Telecommunication services except telephone and data transmission services
22140000 Leaflets Printed books, brochures and leaflets
79571000 Mailing services Mailing-list compilation and mailing services
79570000 Mailing-list compilation and mailing services Office-support services
30131000 Mailroom equipment Post-office equipment
22900000 Miscellaneous printed matter Printed matter and related products
22800000 Paper or paperboard registers, account books, binders, forms and other articles of printed stationery Printed matter and related products
64100000 Post and courier services Postal and telecommunications services
64000000 Postal and telecommunications services Other Services
64110000 Postal services Post and courier services
79821000 Print finishing services Services related to printing
22100000 Printed books, brochures and leaflets Printed matter and related products
22000000 Printed matter and related products Printing and Publishing
79823000 Printing and delivery services Services related to printing
79824000 Printing and distribution services Services related to printing
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
79999100 Scanning services Scanning and invoicing services
79820000 Services related to printing Printing and related services
63121000 Storage and retrieval services Storage and warehousing services
63120000 Storage and warehousing services Cargo handling and storage services
48782000 Storage management software package System, storage and content management software package

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:
philip.sweeting@essex.ac.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.