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

Multifunctional Devices (MFDs), GovPrint Hardware, Managed Print Services and Digital Workflow Software Services

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-046a04
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
12 March 2025
Deadline date:
10 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This agreement will provide access to multifunctional devices, managed print services, technical resources, digital workflow, cloud solutions for digital transition and print consultancy services.

Please look at additional main CPV codes for goods and services.

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

Access to the procurement documents is restricted. Further information can be obtained 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

Multifunctional Devices (MFDs), GovPrint Hardware, Managed Print Services and Digital Workflow Software Services

Reference number: RM6361

II.1.2) Main CPV code

30100000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

This agreement will provide access to multifunctional devices, managed print services, technical resources, digital workflow, cloud solutions for digital transition and print consultancy services.

Please look at additional main CPV codes for goods and services.

II.1.5) Estimated total value

Value excluding VAT: 900 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Multifunctional Print Devices (MFDs) and Basic Print Management Software

II.2.2) Additional CPV code(s)

30100000

30120000

30121000

30121100

30121200

30121300

30123000

30125000

30174000

30192400

30232100

30232130

48000000

48311000

48311100

48613000

48773000

48773100

48780000

48783000

48800000

48810000

48820000

50300000

50310000

50313000

50313100

50313200

72212311

72212772

72212780

72212782

72220000

72221000

72222100

72222200

72222300

72223000

72228000

72512000

72513000

79212000

79212200

79311000

79311200

79400000

79410000

79520000

79521000

79800000

79810000

79811000

79820000

79821000

79995000

79995100

79999100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The purpose of Lot 1 is to appoint a single Supplier who shall be responsible for the provision of Multifunctional Print Devices (MFDs) and Basic Print Management Software via Direct Award between the successful Supplier and Buyer.

Lot 1 shall provide a simple, efficient and compliant route for Buyers to procure a range of MFDs and Basic Print Management Software through a Supplier hosted Web-based Online Solution which shall support the reduction of print output volume and enable significant savings on print management costs for Buyers, through a secure print facility.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 0

Price / Weighting:  100

II.2.6) Estimated value

Value excluding VAT: 180 000 000.00  GBP

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

1 place to be awarded on this lot

Lot No: 2

II.2.1) Title

Multifunctional Print Devices (MFDs), Print Management and/or Digital Workflow Software and Associated Services

II.2.2) Additional CPV code(s)

30100000

30120000

30121000

30121100

30121200

30121300

30123000

30125000

30174000

30192400

30232100

30232130

48000000

48311000

48311100

48613000

48773000

48773100

48780000

48783000

48800000

48810000

48820000

50300000

50310000

50313000

50313100

50313200

72212311

72212772

72212780

72212782

72220000

72221000

72222100

72222200

72222300

72223000

72228000

72512000

72513000

79212000

79212200

79311000

79311200

79400000

79410000

79520000

79521000

79800000

79810000

79811000

79820000

79821000

79995000

79995100

79999100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Lot 2 service is for the provision of a catalogued range of new and remanufactured Digital Equipment along with a range of Software Products and Cloud services. All Products and Services are underpinned by a range of Deployment and Operational support Services. The additional services available are: Overseas delivery, Interim Specialist Technical Support Resources and Third Party Multi-Vendor legacy Device Management.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 350 000 000.00  GBP

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

10 places to be awarded

Lot No: 3

II.2.1) Title

Multifunctional Print Devices (MFDs), Print Management and/or Digital Workflow Under Managed Service Provision

II.2.2) Additional CPV code(s)

30100000

30120000

30121000

30121100

30121200

30121300

30123000

30125000

30174000

30192400

30232100

30232130

48000000

48311000

48311100

48613000

48773000

48773100

48780000

48783000

48800000

48810000

48820000

50300000

50310000

50313000

50313100

50313200

72212311

72212772

72212780

72212782

72220000

72221000

72222100

72222200

72222300

72223000

72228000

72512000

72513000

79212000

79212200

79311000

79311200

79400000

79410000

79520000

79521000

79800000

79810000

79811000

79820000

79821000

79995000

79995100

79999100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Supplier is required to provide a Managed Service to meet the Buyer’s ‘outputs and outcomes’ detailed within its specification of requirements by designing, installing and managing the Services that meet the Buyer’s requirements.

A significant driver of Lot 3 is to provide Buyers with the opportunity to deliver their short, medium or long term Digital Strategy by identifying and or creating digital solutions within one (1) competition to support organisations with digitalisation of their business processes.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 150 000 000.00  GBP

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

9 places to be awarded

Lot No: 4

II.2.1) Title

GovPrint hardware, accessories and operational services

II.2.2) Additional CPV code(s)

30100000

30120000

30121000

30121100

30121200

30121300

30123000

30125000

30174000

30192400

30232100

30232130

48000000

48311000

48311100

48613000

48773000

48773100

48780000

48783000

48800000

48810000

48820000

50300000

50310000

50313000

50313100

50313200

72212311

72212772

72212780

72212782

72220000

72221000

72222100

72222200

72222300

72223000

72228000

72512000

72513000

79212000

79212200

79311000

79311200

79400000

79410000

79520000

79521000

79800000

79810000

79811000

79820000

79821000

79995000

79995100

79999100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The purpose of Lot 4 is to appoint multiple Suppliers who shall be responsible for the provision of Multi-functional Print Devices (MFDs) hardware, accessories and operational services to support the Government Property Agency (GPA) in its delivery of the GovPrint service provision.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 200 000 000.00  GBP

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

5 places to be awarded

Lot No: 5

II.2.1) Title

Print Consultancy Services

II.2.2) Additional CPV code(s)

30100000

30120000

30121000

30121100

30121200

30121300

30123000

30125000

30174000

30192400

30232100

30232130

48000000

48311000

48311100

48613000

48773000

48773100

48780000

48783000

48800000

48810000

48820000

50300000

50310000

50313000

50313100

50313200

72212311

72212772

72212780

72212782

72220000

72221000

72222100

72222200

72222300

72223000

72228000

72512000

72513000

79212000

79212200

79311000

79311200

79400000

79410000

79520000

79521000

79800000

79810000

79811000

79820000

79821000

79995000

79995100

79999100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The purpose of this Lot 5 Specification is to appoint a number of Suppliers who shall be responsible for the provision of entirely independent vendor neutral Print Consultancy Services between the successful Suppliers and Buyers.

The Supplier shall have the capability to support pan Government strategies, demonstrating scalable solutions that have the flexibility to adapt to future demands in emerging policies and priorities across Government organisations in line with the Government’s Digital by Default agenda in order to maximise savings opportunities and provide added value:

https://www.gov.uk/government/publications/government-digital-strategy

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

5 places to be awarded

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.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction:

Yes; Lot 1 and Lot 4

Please refer to Attachment 2 for further information on the eAuction

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 000-016326

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

Date: 10/03/2025

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: 09/08/2025

IV.2.7) Conditions for opening of tenders

Date: 10/03/2025

Local time: 15:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

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

https://www.contractsfinder.service.gov.uk/Notice/9ffda381-5e5c-4bcc-89ff-920f6be86d54

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 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.

CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position.

Registering for access:

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.

CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position.

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

07/02/2025

Coding

Commodity categories

ID Title Parent category
79995100 Archiving services Library management services
79212000 Auditing services Accounting and auditing services
72221000 Business analysis consultancy services Systems and technical consultancy services
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79410000 Business and management consultancy services Business and management consultancy and related services
30232130 Colour graphics printers Peripheral equipment
48783000 Content management software package System, storage and content management software package
79811000 Digital printing services Printing services
72512000 Document management services Computer-related management services
72212311 Document management software development services Programming services of application software
48311000 Document management software package Document creation software package
48311100 Document management system Document management software package
48613000 Electronic data management (EDM) Database systems
72228000 Hardware integration consultancy services Systems and technical consultancy services
48810000 Information systems Information systems and servers
48800000 Information systems and servers Software package and information systems
72222200 Information systems or technology planning services Information systems or technology strategic review and planning services
72222100 Information systems or technology strategic review services Information systems or technology strategic review and planning services
72223000 Information technology requirements review services Systems and technical consultancy services
72222300 Information technology services Information systems or technology strategic review and planning services
79212200 Internal audit services Auditing services
30174000 Label making machines Labelling machines
79995000 Library management services Miscellaneous business-related services
50310000 Maintenance and repair of office machinery Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50313000 Maintenance and repair of reprographic machinery Maintenance and repair of office machinery
30123000 Office and business machines Photocopying and offset printing equipment
72513000 Office automation services Computer-related management services
30100000 Office machinery, equipment and supplies except computers, printers and furniture Office and computing machinery, equipment and supplies except furniture and software packages
30125000 Parts and accessories of photocopying apparatus Photocopying and offset printing equipment
50313200 Photocopier maintenance services Maintenance and repair of reprographic machinery
50313100 Photocopier repair services Maintenance and repair of reprographic machinery
30121100 Photocopiers Photocopying and thermocopying equipment
30120000 Photocopying and offset printing equipment Office machinery, equipment and supplies except computers, printers and furniture
30121000 Photocopying and thermocopying equipment Photocopying and offset printing equipment
30121200 Photocopying equipment Photocopying and thermocopying equipment
79521000 Photocopying services Reprographic services
79821000 Print finishing services Services related to printing
72212772 Print utility software development services Programming services of application software
48773000 Print utility software package General, compression and print utility software package
30232100 Printers and plotters Peripheral equipment
79800000 Printing and related services Business services: law, marketing, consulting, recruitment, printing and security
79810000 Printing services Printing and related services
48773100 Print-spooling software package Print utility software package
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment Repair and maintenance services
30121300 Reproduction equipment Photocopying and thermocopying equipment
79520000 Reprographic services Office-support services
30192400 Reprographic supplies Office supplies
79999100 Scanning services Scanning and invoicing services
48820000 Servers Information systems and servers
79820000 Services related to printing Printing and related services
48000000 Software package and information systems Computer and Related Services
72212782 Storage management software development services Programming services of application software
79311200 Survey conduction services Survey services
79311000 Survey services Market research services
72212780 System, storage and content management software development services Programming services of application software
48780000 System, storage and content management software package Software package utilities
72220000 Systems and technical consultancy services Software programming and consultancy services

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.