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.

UK4

Multi Functional Devices and Digital Solutions

  • First published: 06 March 2026
  • Last modified: 06 March 2026
  • Version: N/A
  •  

  • 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-066388
Published by:
Kent County Council (t/a Procurement Services)
Authority ID:
AA83755
Publication date:
06 March 2026
Deadline date:
08 April 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Framework covers the provision of a full range of Multi-functional Devices and Digital Solutions including, but not limited to, Leased and Purchased Multi-functional Devices and Digital Solutions, Digital Solutions and Associated Services, Leased and Purchased Inkjet Printers.The Framework has been split into three (3) Lots which allows Customers a choice of how best to approach the market. As product ranges increase with technological advances, it is anticipated that any future innovative goods/services will be made available as part of the Framework.

Full notice text

Scope

Procurement reference

Y26009

Procurement description

The Framework covers the provision of a full range of Multi-functional Devices and Digital Solutions including, but not limited to, Leased and Purchased Multi-functional Devices and Digital Solutions, Digital Solutions and Associated Services, Leased and Purchased Inkjet Printers.

The Framework has been split into three (3) Lots which allows Customers a choice of how best to approach the market.

As product ranges increase with technological advances, it is anticipated that any future innovative goods/services will be made available as part of the Framework.

Main category

Services

Total value (estimated, excluding VAT)

750000000.00 GBP to 750000000.00GBP

Contract dates (estimated)

01 June 2026, 00:00AM to 31 May 2030, 23:59PM

Is a framework being established?

Yes

Contracting authority

Kent County Council (t/a Procurement Services)

Identification register:

  • GB-PPON

Address 1: 1 Abbey Wood Road

Town/City: West Malling, Kent

Postcode: ME19 4YT

Country: United Kingdom

Public Procurement Organisation Number: PYCX-4938-CCHM

NUTS code: UKJ46

Contact name: Julie Cripps

Email: office@csltd.org.uk

Telephone: 01622 942833

Organisation type: Public authority - central government

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Framework

Further information about fees

A Framework Management Fee (FMF) of 1% applies on total spend under this Framework and any Call-Off Contracts placed by all Contracting Authorities, and is to be declared quarterly.

For Call-Off Contracts placed by named Member Authorities, the following FMFs apply and will be declared quarterly:

Hampshire County Council – 4%

Hertfordshire County Council – 3%

Percentage fee charged to suppliers

4.00%

Award method when using the framework

With and without reopening competition

Contracting authorities that may use the framework

This Framework is for use by Customers in the United Kingdom, British Overseas Territories, and Crown Dependencies which fall into one or more of the following categories:

•Ministerial government departments

•Non ministerial government departments

•Executive agencies of government

•Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs

•Assembly Sponsored Public Bodies (ASPBs)

•Police forces

•Fire and rescue services

•Ambulance services

•Maritime and coastguard agency services

•NHS bodies

•Educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities

•Hospices

•National Parks

•Housing associations, including registered social landlords

•Third sector and charities

•Citizens advice bodies

•Councils,

Framework operation description

Call-Off Contracts may be awarded using any one of the following methods outlined below.

1.Direct Award (Award Without Competitive Selection)

2.Rapid Request for Quote (Rapid RFQ)

3.Further Competition

The ultimate responsibility for selecting the most appropriate and compliant route for a specific requirement rests with the Customer. The onus will be on the Customer to carry out their own due diligence before selecting which method to use. The Customer will determine the requirement, specification and award, based on the Most Advantageous Tender (MAT)

Direct Award (award without a competitive selection):

This Framework permits Direct Award, defined under the Procurement Act 2023 as awarding a Call-Off Contract without conducting a new competitive selection procedure. A Direct Award may only be used where the Customer can identify the Most Advantageous Tender (MAT) using only the information and scores submitted at Framework award, without requesting any new pricing, clarification, or qualitative information from Suppliers.

Permitted Direct Award Methods

Customers may use any of the following objective, pre-published Direct Award methods. The Customer must choose one method before reviewing Supplier capability for their requirement.

1. Overall Framework Ranking by Lot (Quality + Price Combined Score)

The Customer awards the Call-Off Contract to the Supplier ranked highest overall at Framework award. If the highest-ranked Supplier cannot meet the requirement, the Customer must document the reason and move sequentially to the next ranked Supplier. We anticipate this to be the default Direct Award method.

2. Highest Total Quality Score by Lot

The Customer may award to the Supplier that achieved the highest total quality score for each Lot during Framework evaluation, where quality is the Customer’s primary consideration.

3. Lowest Overall Price/Highest Commercial Advantage by Lot

Award to the Supplier offering the lowest evaluated (basket of goods) Framework Price as submitted in Annex H.

This method:

•must use the original evaluated Pricing Schedule

•must not use catalogue pricing or non-evaluated price lists

•must not request revised or updated pricing

If new pricing is required, this method is not suitable and Customers must choose another method.

4. Highest Score in a Specific Evaluation Question by Lot

Award to the Supplier with the highest score in a specific Framework evaluation question that directly relates to the Customer’s requirement.

This method may only be used where:

•the question formed part of the Framework quality evaluation

•scoring was completed by the Contracting Authority

5. Partial-Service Selection (Specific Services from the Pricing Schedule) by Lot

Where a Customer requires only a subset of the services available under the Framework, a Direct Award may be made using the original per-service Prices (basket of goods) submitted at Framework award.

A Customer may compare only the relevant per-service Prices and award to the Supplier whose evaluated per-service prices represent the Most Advantageous Tender.

This method is only permitted where:

•All prices used are from the original evaluated Pricing Schedule

•No new or updated pricing is requested

•The comparison is applied consistently and objectively

•No new weighting or qualitative assessment is introduced

Catalogue pricing or non-evaluated price lists cannot be used to determine MAT.

Where new pricing or new information is required, the Customer must conduct a competitive call-off selection process.

Requirements for Direct Award

Customers should retain an auditable record setting out:

•the Direct Award method selected;

•the objective rationale for that method;

•the comparison or ranking used;

•(if applicable) why a higher-ranked Supplier could not meet the requirement.

Customers must not:

•request revised or updated pricing

•request new qualitative information

•introduce new award criteria

Transition to competitive call-off selection process

If the Customer cannot objectively determine the MAT using only Framework-award information (e.g., new pricing is required, new service models are proposed, or qualitative responses are needed), the Customer must run a competitive call-off selection process.

Competitive Call Off Selection Process:

Rapid RFQ

This is a streamlined, competitive process that allows for Customer judgment on essential requirements, with price being the ultimate decider. It's perfect for when you have specific, non-negotiable needs.

How to run a Rapid RFQ:

•Optional EOI – This is where the Customer sends out an EOI to all awarded Framework Suppliers for the Lot and only takes forward those who respond to the EOI.

•Define Pass/Fail Criteria: The Customer defines their need by identifying a few essential, non-negotiable requirements. These are not for scoring; they are simple "Yes/No" gates.

oExample: "We need a cloud engineer who 1) holds an active AWS Solutions Architect certification (Pass/Fail) and 2) can be on-site in Exeter within 48 hours (Pass/Fail)."

•Issue Rapid RFQ. The Customer sends this simple request to all capable Suppliers on the Framework, setting a short, fixed deadline (this is not a defined duration. Where Suppliers have provided a full price book the Customer may use this to price their RFQ.

•Suppliers submit simple bids: Suppliers respond with two things only:

oConfirmation and evidence that they meet the Pass/Fail criteria.

oTheir price for the work. (unless Customers are using the price book)

•Customer applies judgment (compliantly): The Customer evaluates the responses. This is the judgment step. They assess the evidence and decide "Yes" or "No" for each Supplier against the Pass/Fail criteria.

•Award to the Most Advantageous Tender Compliant Supplier: From the pool of Suppliers who passed all the essential checks, the Call-Off Contract is awarded to the one who submitted the Most Advantageous Tender as determined by the Customer.

•Best For: Requirements needing a specific, verifiable skill, where price is the deciding factor after that essential need is met.

Further Competition (competitive selection process):

A Further Competition process is used where Customers carry out a competition for the award of a Call-Off Contract.

How to run a Further Competition:

•The Customer must invite all Suppliers on the Framework who are deemed capable of delivering the particular requirement.

•The Customer shall be responsible for formulating a specification/product brief containing full details of the goods/services required.

•The Customer will send the specification/product brief to all Suppliers quoting the Framework reference number. A reasonable and proportionate time limit should be set for the submission of fully completed Bid responses.

•Responses received must be unopened until the designated closing date and time for final submissions has passed. Responses received after the specified date and time should be rejected unopened.

•The submitted response shall be evaluated in accordance with the criteria stated in the original specification/product brief. The headline criteria used must be the same as the headline criteria used for the original Framework or part thereof, but the Customer may change the weightings and add their own sub-criteria to apply.

•The Bidders must be advised of the result in writing. Customers are not required to provide Suppliers with an assessment summary however, they are encouraged to do so as a matter of best practice.

•A voluntary standstill period of no less than 8 working days beginning with the day on which the contract ward notice is published must be completed before entering into the Call-Off Contract

Best For: Complex projects, high-value Call-Off Contracts, and any situation where the quality of the solution is a critical factor.

Lots

Divided into 3 lots

Leased and Purchased Multi-functional Devices and Digital Solutions

Lot number: 1

Description

Lot 1 covers the provision of multi-functional Devices and digital solutions, to include both A4 and A4/A3 networked and standalone multi-functional Devices, printers, high volume print room Devices and wide format printers, all with the option of CPC maintenance. Equipment in this Lot may be procured as a direct purchase or via a Lease agreement. In addition to the standard Manufacturer’s warranty, maintenance options must be available for all products.

Digital Solutions requirements can include, but will not be limited to, a range of Equipment, Software and services (including on-going maintenance, support and managed print) to help control, manage and measure the effectiveness of the print environment. This can include output surveys to establish existing output trends and costs, print job accounting, Device management, departmental chargeback, confidential printing, job routing based on most efficient use of Devices, scanning with optical character recognition, greater efficiencies through the reduction of waste and uncollected jobs, rules-based printing.

CPV classifications

  • 30120000 - Photocopying and offset printing equipment
  • 30121100 - Photocopiers
  • 30121200 - Photocopying equipment
  • 30121300 - Reproduction equipment
  • 30121400 - Duplicating machines
  • 30124500 - Scanner accessories
  • 30125000 - Parts and accessories of photocopying apparatus
  • 30190000 - Various office equipment and supplies
  • 48311000 - Document management software package
  • 48317000 - Word-processing software package
  • 50313100 - Photocopier repair services
  • 50313200 - Photocopier maintenance services
  • 66114000 - Financial leasing services
  • 72212311 - Document management software development services
  • 72267100 - Maintenance of information technology software
  • 79520000 - Reprographic services
  • 79521000 - Photocopying services

Lot value (estimated)

350000000.00 GBP Excluding VAT

420000000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 June 2026, 00:00AM

Contract end date (estimated)

31 May 2030, 23:59PM

Award criteria

Type: quality

Name

Quality

Weighting: 60

Weighting type: percentageExact

Type: quality

Name

Social Value

Weighting: 10

Weighting type: percentageExact

Type: price

Name

Price

Weighting: 30

Weighting type: percentageExact

Digital Solutions and Associated Services

Lot number: 2

Description

Digital Solutions includes the use of digital technologies to create new, or modify existing, business processes, culture, and Customer experiences to meet changing Customer needs and requirements.

We are seeking Suppliers who, in complement to their offering of multi-functional Devices, can provide digital solutions to enable Customers to transform and improve operating processes by way of multiple solutions with the Supplier of their choice. Individual opportunities will need to be tailored to meet the Customer’s requirement to improve efficiency, provide an agile and reliable solution that will transform and meet their business objectives.

This Lot supports both the Supplier and Customer/Member Authority in identifying and developing strategic relationships and whole life costs, that will provide benefits through the ability to have a single lead Supplier relationship.

CPV classifications

  • 48311000 - Document management software package
  • 48313000 - Optical-character-recognition (OCR) software package
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72212311 - Document management software development services
  • 72220000 - Systems and technical consultancy services
  • 72263000 - Software implementation services
  • 72267100 - Maintenance of information technology software
  • 72400000 - Internet services
  • 72500000 - Computer-related services
  • 72600000 - Computer support and consultancy services

Lot value (estimated)

250000000.00 GBP Excluding VAT

300000000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 June 2026, 00:00AM

Contract end date (estimated)

31 May 2030, 23:59PM

Award criteria

Type: quality

Name

Quality

Weighting: 60

Weighting type: percentageExact

Type: quality

Name

Social Value

Weighting: 10

Weighting type: percentageExact

Type: price

Name

Price

Weighting: 30

Weighting type: percentageExact

Inkjet Printers

Lot number: 3

Description

This Lot covers the supply of heatless inkjet printers designed for energy efficiency, high-quality output, and reduced environmental impact. Printers must utilise heatless technology to minimise power consumption and improve sustainability.

CPV classifications

  • 30121300 - Reproduction equipment
  • 30232100 - Printers and plotters
  • 30232110 - Laser printers
  • 72212311 - Document management software development services

Lot value (estimated)

150000000.00 GBP Excluding VAT

180000000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 June 2026, 00:00AM

Contract end date (estimated)

31 May 2030, 23:59PM

Award criteria

Type: quality

Name

Quality

Weighting: 60

Weighting type: percentageExact

Type: quality

Name

Social Value

Weighting: 10

Weighting type: percentageExact

Type: price

Name

Price

Weighting: 30

Weighting type: percentageExact

Award criteria

Type: quality

Name

Quality

Weighting: 60

Weighting type: percentageExact

Type: quality

Name

Social Value

Weighting: 10

Weighting type: percentageExact

Type: price

Name

Price

Weighting: 30

Weighting type: percentageExact

Submission

Tender submission deadline

08 April 2026, 17:00PM

Date of award of contract

12 May 2026, 23:59PM

Submission address and any special instructions

https://csg.delta-esourcing.com/respond/NCPE2RG396

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
72600000 Computer support and consultancy services IT services: consulting, software development, Internet and support
72500000 Computer-related services IT services: consulting, software development, Internet and support
72212311 Document management software development services Programming services of application software
48311000 Document management software package Document creation software package
30121400 Duplicating machines Photocopying and thermocopying equipment
66114000 Financial leasing services Banking services
72400000 Internet services IT services: consulting, software development, Internet and support
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
30232110 Laser printers Peripheral equipment
72267100 Maintenance of information technology software Software maintenance and repair services
48313000 Optical-character-recognition (OCR) software package Document creation software package
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
30121200 Photocopying equipment Photocopying and thermocopying equipment
79521000 Photocopying services Reprographic services
30232100 Printers and plotters Peripheral equipment
30121300 Reproduction equipment Photocopying and thermocopying equipment
79520000 Reprographic services Office-support services
30124500 Scanner accessories Parts and accessories of office machines
72263000 Software implementation services Software-related services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
72220000 Systems and technical consultancy services Software programming and consultancy services
30190000 Various office equipment and supplies Office machinery, equipment and supplies except computers, printers and furniture
48317000 Word-processing software package Document creation 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:
N/a
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.