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 2

  • First published: 16 March 2024
  • Last modified: 16 March 2024

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-043977
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
16 March 2024
Deadline date:
15 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Crown Commercial Service (CCS) is seeking a self-service print platform to bring under management the high-volume, low-spend print requirements across the public sector, allowing access to a pre-qualified, dynamic and local supplier base who offer real-time pricing across the print landscape. This will enable end users to access the best solution for their print requirements based on variables including price and location. It is anticipated that this will be through an external-facing technology platform that provides real-time access to a vendor database of local printers who can offer dynamic pricing for customers’ various print requirements.

This framework will have a single supplier lot and can be used by Central Government and UK public sector bodies.

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, 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

Print Marketplace 2

Reference number: RM6371

II.1.2) Main CPV code

79800000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service (CCS) is seeking a self-service print platform to bring under management the high-volume, low-spend print requirements across the public sector, allowing access to a pre-qualified, dynamic and local supplier base who offer real-time pricing across the print landscape. This will enable end users to access the best solution for their print requirements based on variables including price and location. It is anticipated that this will be through an external-facing technology platform that provides real-time access to a vendor database of local printers who can offer dynamic pricing for customers’ various print requirements.

This framework will have a single supplier lot and can be used by Central Government and UK public sector bodies.

II.1.5) Estimated total value

Value excluding VAT: 22 000 000.00  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

22440000

22450000

22456000

22457000

22458000

22459000

22459100

22460000

22461000

22461100

22462000

22470000

22820000

22821000

22822000

22822100

22822200

22900000

30197630

30197640

30197643

30197645

30211300

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Single supplier for the provision of a technology platform for a self-serve print solution. This will enable end users in the public sector to access real-time pricing on a dynamic basis from local print suppliers for a wide range of print requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.6) Estimated value

Value excluding VAT: 22 000 000.00  GBP

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

Duration in months: 54

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

Please note that following the award of the framework contract there will be a non-trading mobilisation implementation period until the 15th December 2024. The 16th December 2024 is when provision of the RM6371 Print Marketplace 2 is expected to go live (start).

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:

2024/S 000-004693

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

Date: 15/04/2024

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

Duration in months: 183 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 15/04/2024

Local time: 15:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/971b3774-18c5-4c13-9010-23f1486de8ee

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.

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.

Please note that following the award of the framework contract there will be a non-trading mobilisation implementation period until the 15th December 2024. The 16th December 2024 is when provision of the RM6371 Print Marketplace 2 is expected to go live (start).

Please note the contract period is for 48 months with a 6 month implementation period.

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

15/03/2024

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
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
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.