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