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