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

Multifunctional Devices (MFDs), Print and Digital Workflow Software Services and Managed Print Service Provision

  • First published: 14 October 2021
  • Last modified: 14 October 2021

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:
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
14 October 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

• Online Web-based Solution (including catalogue of devices, accessories and consumables)

• Provision of Web-based Solution

• Provision of Hardware Devices, Consumables and Basic Print Management Software

• Deployment Services

• Operational Services

• Financing options

• Associated services i.e. software applications and dedicated account manager

Crown Commercial Service wanted to bring to your attention that it was expected that to participate in this Lot 1 procurement, bidders would be required to demonstrate that they were certified for the services listed below (and/or equivalent) under and in connection with the procurement.

Estimated lot value based on upper range.

• Cyber Essentials (Basic)

• BS EN ISO 9001 Quality Management System or agreed equivalent

• ISO 27001 Information Security Management or agreed equivalent

• Health and Social Care Network (HSCN)

• Code of Connection (CoCo) Compliance

• Public Services Network (PSN) Compliance

• Level 2 Information Governance or agreed equivalent

• BS 7858 Security Screening or agreed equivalent

• ISO 29142 Information Technology - Print Cartridge Categorisation or agreed equivalent

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

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 3150103503

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.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), Print and Digital Workflow Software Services and Managed Print Service Provision

Reference number: RM6174

II.1.2) Main CPV code

30100000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Crown Commercial Service (CCS) as the Authority is in partnership YPO and ESPO has put in place a Pan Government Collaborative Agreement for the provision of Records Information Management, Digital Solutions and Associated Services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations.

The framework includes: Hardware Devices and Consumable Products, Software Products, Document Workflow, Central Print Room and Reprographics, Cloud Based Hosting, Financing options, Operational and Deployment Services and Managed Service provision.

The full Specification for each lot is detailed in Annexes A-D. Suppliers have been required to provide all of the mandatory services stated within the lot they are bidding for. Bidders have been required to sign Attachment 11 — non-disclosure agreement before being able to view the full document suite.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 850 000 000.00  GBP

II.2) Description

Lot No: Lot 1

II.2.1) Title

Multifunctional Devices (MFD’s) and Basic Print Management Software and Associated Services

II.2.2) Additional CPV code(s)

30100000

30120000

30121000

30121100

30121200

30123000

30125000

30174000

30192400

30232100

30232130

48000000

48311100

48613000

48773100

48800000

50310000

50313000

50313100

50313200

72212311

72212772

72212780

72220000

72221000

72222100

72222200

72222300

72223000

72228000

72512000

79212000

79212200

79311000

79311200

79410000

79520000

79521000

79800000

79810000

79811000

79820000

79821000

79995100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

• Online Web-based Solution (including catalogue of devices, accessories and consumables)

• Provision of Web-based Solution

• Provision of Hardware Devices, Consumables and Basic Print Management Software

• Deployment Services

• Operational Services

• Financing options

• Associated services i.e. software applications and dedicated account manager

Crown Commercial Service wanted to bring to your attention that it was expected that to participate in this Lot 1 procurement, bidders would be required to demonstrate that they were certified for the services listed below (and/or equivalent) under and in connection with the procurement.

Estimated lot value based on upper range.

• Cyber Essentials (Basic)

• BS EN ISO 9001 Quality Management System or agreed equivalent

• ISO 27001 Information Security Management or agreed equivalent

• Health and Social Care Network (HSCN)

• Code of Connection (CoCo) Compliance

• Public Services Network (PSN) Compliance

• Level 2 Information Governance or agreed equivalent

• BS 7858 Security Screening or agreed equivalent

• ISO 29142 Information Technology - Print Cartridge Categorisation or agreed equivalent

II.2.5) Award criteria

Quality criterion: Quality / Weighting: N/A

Quality criterion: Price / Weighting: 100

Price / Weighting:  100

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

Lot No: Lot 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

48000000

48311100

48613000

48773100

48800000

50310000

50313000

50313100

50313200

72212311

72212772

72212780

72220000

72221000

72222100

72222200

72222300

72223000

72228000

72512000

79212000

79212200

79311000

79311200

79410000

79520000

79521000

79800000

79810000

79811000

79820000

79821000

79995100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Hardware Devices and Consumable Products

• Software Products

• Document Workflow Solutions

• Central Print Room and Reprographics

• Cloud Based Hosting Service

• Financing options

• Deployment Services

• Operational Services

• Associated Services

Crown Commercial Service wish to bring to your attention that it is expected that to participate in this Lot 2 procurement, bidders will be required to demonstrate that they are certified for the services listed below (and/or equivalent) under and in connection with the procurement.

Estimated Lot value based on upper range.

Cyber Essentials (Basic)

• BS EN ISO 9001 Quality Management System or agreed equivalent

• ISO 27001 Information Security Management or agreed equivalent

• Health and Social Care Network (HSCN)

• Code of Connection (CoCo) Compliance

• Public Services Network (PSN) Compliance

• Level 2 Information Governance or agreed equivalent

• BS 7858 Security Screening or agreed equivalent

• ISO 29142 Information Technology - Print Cartridge Categorisation or agreed equivalent

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 50

Quality criterion: Price / Weighting: 50

Price / Weighting:  50

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

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

48311100

48613000

48773100

48800000

50310000

50313000

50313100

50313200

72212311

72212772

72212780

72220000

72221000

72222100

72222200

72222300

72223000

72228000

72512000

79212000

79212200

79311000

79311200

79410000

79520000

79521000

79800000

79810000

79811000

79820000

79821000

79995100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Hardware Devices and Consumable Products

• Software Products

• Document Workflow Solutions

• Central Print Room and Reprographics

• Cloud Based Hosting Service

• Financing options

• Operational Services

• Associated Services

The provision of a Managed Service that specifically meets the Buyer's 'outputs and outcomes' by designing, installing and managing the following Services: Software Products, Cloud Based Hosting service, Deployment and Operational Services, Third Parties and Multi-Vendor Fleet Management, and Interim Specialist Technical Support Resources

Crown Commercial Service wish to bring to your attention that it is expected that to participate in this Lot 3 procurement, bidders will be required to demonstrate that they are certified for the services listed below (and/or equivalent) under and in connection with the procurement.

Estimated Lot value based on upper limit.

• Cyber Essentials (Basic)

• BS EN ISO 9001 Quality Management System or agreed equivalent

• ISO 27001 Information Security Management or agreed equivalent

• Health and Social Care Network (HSCN)

• Code of Connection (CoCo) Compliance

• Public Services Network (PSN) Compliance

• Level 2 Information Governance or agreed equivalent

• BS 7858 Security Screening or agreed equivalent

• ISO 29142 Information Technology - Print Cartridge Categorisation or agreed equivalent

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

Quality criterion: Price / Weighting: 30

Price / Weighting:  30

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

Lot No: 4

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

48311100

48613000

48773100

48800000

50310000

50313000

50313100

50313200

72212311

72212772

72212780

72220000

72221000

72222100

72222200

72222300

72223000

72228000

72512000

79212000

79212200

79311000

79311200

79410000

79520000

79521000

79800000

79810000

79811000

79820000

79821000

79995100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

• Independent vendor for Print Consultancy services

• Print Management Consultancy services providing assessment, evaluation, advice and recommendation in the context of sound strategic direction for Buyers

• Advice of Device management and Software options e.g. Digital Workflow and Central Print Room and Reprographics etc.

• Assessment and evaluation of Print Management usage and running costs to determine potential savings and efficiencies for Buyer.

• Support Buyers in preparation of competition documentation i.e. specification, evaluation criteria, weightings etc.

Crown Commercial Service wish to bring to your attention that it is expected that to participate in this Lot 4 procurement, bidders will be required to demonstrate that they are certified for the services listed below (and/or equivalent) under and in connection with the procurement.

Estimated lot value based on upper limit.

● Cyber Essentials (Basic)

● Official Secret and or Top Secret, but shall be stated by the Buyer at Call Off Stage

● BS EN ISO 9001 or agreed equivalent accreditation

● ISO 27001 Information Security Management or agreed equivalent

● BS 7858 Security Screening or agreed equivalent

● Any other Enhanced security requirements and/or restrictions as specified by the Buyer at Call Off stage.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 50

Quality criterion: Price / Weighting: 50

Price / Weighting:  50

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.1.6) Information about electronic auction

An electronic auction will be used

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:

2021/S 000-008273

Section V: Award of contract

Lot No: 1

Title: Multifunctional Devices (MFD's) and Basic Print Management Software and Associated Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Ricoh UK Ltd

Northampton

UK

NUTS: UK

The contractor is an SME: No

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

Total value of the contract/lot: : 150 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 5 %

Section V: Award of contract

Lot No: 2

Title: Multifunctional Print Devices and Software Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Specialist Computer Centres

Birmingham

UK

NUTS: UK

The contractor is an SME: No

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

Total value of the contract/lot: : 325 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Multifunctional Print Devices and Software Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

XMA Limited

Nottingham

UK

NUTS: UK

The contractor is an SME: No

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

Total value of the contract/lot: : 350 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 65 %

Section V: Award of contract

Lot No: 2

Title: Multifunctional Print Devices and Software Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Canon (UK) Ltd

Uxbridge

UK

NUTS: UK

The contractor is an SME: No

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

Total value of the contract/lot: : 350 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 43 %

Section V: Award of contract

Lot No: 2

Title: Multifunctional Print Devices and Software Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Vision (Office Automation) Limited

Hertford

UK

NUTS: 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: : 325 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Multifunctional Print Devices and Software Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Xerox UK Ltd

Uxbridge

UK

NUTS: 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: : 325 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Multifunctional Print Devices and Software Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Ricoh UK Ltd

Northampton

UK

NUTS: UK

The contractor is an SME: No

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

Total value of the contract/lot: : 325 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 6 %

Section V: Award of contract

Lot No: 2

Title: Multifunctional Print Devices and Software Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Kyocera Document Solutions (UK) Ltd

Reading

Reading

UK

NUTS: UK

The contractor is an SME: No

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

Total value of the contract/lot: : 325 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 100 %

Section V: Award of contract

Lot No: 2

Title: Multifunctional Print Devices and Software Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

HP Inc UK Ltd

Reading

UK

NUTS: UK

The contractor is an SME: No

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

Total value of the contract/lot: : 325 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 35 %

Section V: Award of contract

Lot No: 2

Title: Multifunctional Print Devices and Software Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Konica Minolta Business Solutions (UK) Ltd

Basildon

UK

NUTS: UK

The contractor is an SME: No

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

Total value of the contract/lot: : 325 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Lot No: 3

Title: Multifunctional Print and Software Managed Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 5

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Xerox UK Ltd

Uxbridge

UK

NUTS: 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: : 325 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 45 %

Section V: Award of contract

Lot No: 3

Title: Multifunctional Print and Software Managed Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 5

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Canon (UK) Ltd

Uxbridge

UK

NUTS: UK

The contractor is an SME: No

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

Total value of the contract/lot: : 325 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 43 %

Section V: Award of contract

Lot No: 3

Title: Multifunctional Print and Software Managed Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 5

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

EBM Office Centre Ltd

Romford

UK

NUTS: 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: : 325 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Multifunctional Print and Software Managed Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 5

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Vision (Office Automation) Limited

Hertford

UK

NUTS: 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: : 325 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Multifunctional Print and Software Managed Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 5

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

HP Inc UK Ltd

Reading

UK

NUTS: UK

The contractor is an SME: No

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

Total value of the contract/lot: : 325 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 35 %

Section V: Award of contract

Lot No: 3

Title: Multifunctional Print and Software Managed Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 5

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Computacenter (UK) Limited

Hatfiedl

UK

NUTS: UK

The contractor is an SME: No

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

Total value of the contract/lot: : 325 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 50 %

Section V: Award of contract

Lot No: 3

Title: Multifunctional Print and Software Managed Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 5

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Ricoh UK Ltd

Northampton

UK

NUTS: UK

The contractor is an SME: No

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

Total value of the contract/lot: : 325 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 5 %

Section V: Award of contract

Lot No: 3

Title: Multifunctional Print and Software Managed Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 5

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Air Copier Systems Ltd

Guildford

UK

NUTS: 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: : 325 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Multifunctional Print and Software Managed Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 5

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Konica Minolta Business Solutions (UK) Ltd

Basildon

UK

NUTS: UK

The contractor is an SME: No

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

Total value of the contract/lot: : 35 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Lot No: 4

Title: Print Consultancy Service

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

UK Prints Audits Limited

Darwen

UK

NUTS: 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: : 50 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: Print Consultancy Service

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/09/2021

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

PuroSolutions Limited

Halifax

UK

NUTS: 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: : 50 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/0e1f0bdf-21a1-46e8-bd07-0090a63b04b5

1) Redacted Commercial Agreement;

2) List of Successful Suppliers;

3) Approved Customer list

4) Transparency Agenda

On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Lot 2 had 1 place awarded and Lot 3 had 2 places awarded in line with the 1% rule which stated that CCS reserve the right to award a framework to any bidder whose final score was within 1% of the last position for lot 2, Lot 3 or Lot 4, therefore, Lot 2 has had places awarded to 9 suppliers as apposed to the number of 8 and Lot 3 has had places awarded to 9 suppliers as apposed to the number of 7 as was originally stated in the Contract Notice that was published on 19 April 2021.

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

VI.4.2) Body responsible for mediation procedures

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

VI.5) Date of dispatch of this notice

13/10/2021

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
79410000 Business and management consultancy services Business and management consultancy and related services
30232130 Colour graphics printers Peripheral equipment
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
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
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
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
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
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
30121300 Reproduction equipment Photocopying and thermocopying equipment
79520000 Reprographic services Office-support services
30192400 Reprographic supplies Office supplies
79820000 Services related to printing Printing and related services
48000000 Software package and information systems Computer and Related Services
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
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.