Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
UK
Telephone: +44 1206872954
E-mail: philip.sweeting@essex.ac.uk
NUTS: UK
Internet address(es)
Main address: https://www.essex.ac.uk/
Address of the buyer profile: https://www.essex.ac.uk/
I.1) Name and addresses
Public Sector
Wivenhoe Park
Colchester
CO4 3SQ
UK
Telephone: +44 1206872954
E-mail: philip.sweeting@essex.ac.uk
NUTS: UK
Internet address(es)
Main address: https://www.essex.ac.uk/
Address of the buyer profile: https://www.essex.ac.uk/
I.1) Name and addresses
Dukefield Procurement Limited
Parkside House 167, Chorley
Bolton
BL1 4RA
UK
Telephone: +44 7966040564
E-mail: steve.davies@dukefieldprocurement.co.uk
NUTS: UKD3
Internet address(es)
Main address: http://www.dukefield.co.uk/about-us/
Address of the buyer profile: http://www.dukefield.co.uk/about-us/
I.2) Joint procurement
The contract involves joint procurement
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Multifunctional Print Devices and Associated Digital Transformation Solutions Framework
Reference number: CA14075 - UOE/DU/MFD/01
II.1.2) Main CPV code
79800000
Â
II.1.3) Type of contract
Services
II.1.4) Short description
This is a framework for the supply of multifunctional print devices and a suite of associated digital transformation solutions. It is let by the University of Essex and is available for use by all organisations across the UK Public Sector.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
500 000 000.00Â
GBP
II.2) Description
II.2.2) Additional CPV code(s)
30131000
72267100
72000000
79811000
50340000
80510000
30192113
64000000
30121200
30237300
30232100
50312610
30191000
72212310
72512000
22200000
79824000
72222300
79995100
50324000
79810000
79999100
50313200
30231310
30230000
64110000
64100000
30236000
50332000
30197630
51610000
30197642
72222000
22800000
30192400
30197645
30121100
72222200
32510000
72223000
63121000
79520000
32400000
45314000
50320000
30120000
51600000
30200000
48800000
48311000
51000000
30232130
50313100
22900000
32500000
48000000
79820000
38651600
30237200
50310000
22100000
32520000
79410000
48300000
48310000
38520000
30213000
50313000
48810000
50312600
50330000
48782000
50322000
48517000
30121000
30237000
30192110
30125000
30000000
79521000
79821000
64200000
79571000
79570000
72212780
72600000
30232110
32320000
30123000
72222100
30232000
30121300
30232140
38651000
22000000
79823000
50331000
63120000
30231300
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
This framework will provide access to a comprehensive suite of multifunctional print devices and associated digital transformation solutions. It is being established to meet the needs of the University of Essex. It is also open for use by all contracting authorities across the UK public sector (and any future successors). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and registered Social Landlords. Full details of the classification of eligible end user organisations and geographical areas is available at
http://www.dukefieldprocurement.co.uk/fts-eligible-users
The Framework will be let across a single lot, with a maximum of 15 suppliers awarded a place on the framework.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60.00%
Price
/ Weighting:Â
40.00%
II.2.11) Information about options
Options:
Yes
Description of options:
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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 000-016487
Section V: Award of contract
Contract No: CA14075
Title: Multifunctional Print Devices and Associated Digital Transformation Solutions Framework
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
09/09/2024
V.2.2) Information about tenders
Number of tenders received: 11
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Xerox (UK) Limited
Building 4, Uxbridge Business Park, Sanderson Road
Uxbridge
UD8 1DH
UK
Telephone: +44 7717727484
E-mail: alison.meighan@altodigital.com
Fax: +44 1525383130
NUTS: UK
Internet address(es)
URL: www.xerox.com
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
sharp business systems UK PLC
northern House, moor knoll lane
wakefield
wf32ee
UK
Telephone: +44 2087342041
E-mail: bidteam.sbsuk@sharp.eu
Fax: +44 1924820433
NUTS: UK
Internet address(es)
URL: www.sharp.co.uk
The contractor is an SME:
No
V.2.3) Name and address of the contractor
RIGHT DIGITAL SOLUTIONS LIMITED
Milton Gate,, 60 Chiswell Street
LONDON
EC1Y 4AG
UK
Telephone: +44 2074664700
E-mail: paul.rylands@rightdigitalsolutions.com
NUTS: UK
Internet address(es)
URL: www.capita.co.uk
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Agilico Workplace Technologies Ltd
C/O Harrison Clark, Rickerbys, , Ellenborough House,
Cheltenham
GL50 1YD
UK
Telephone: +44 3000580505
E-mail: tenders@agilico.co.uk
Fax: +44 1914224242
NUTS: UK
Internet address(es)
URL: www.agilico.co.uk
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Aurora Managed Services Ltd
LONDON
SW1E 6DR
UK
Telephone: +44 2075033000
E-mail: service@aurora.co.uk
NUTS: UK
Internet address(es)
URL: www.aurora.co.uk
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Apogee Corporation Limited
Nimbus House, Liphook Way
Maidstone
ME16 0FZ
UK
Telephone: +44 1622606123
E-mail: Portals@apogeecorp.com
Fax: +44 1522834616
NUTS: UK
Internet address(es)
URL: www.apogeecorp.com
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Vision Group (Holdings) Limited
Caxton House, Watermark Way
Hertford
SG13 7TZ
UK
Telephone: +44 8449808700
E-mail: Bids@Visionplc.co.uk
Fax: +44 1992509666
NUTS: UK
Internet address(es)
URL: http://www.visionplc.co.uk/
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Ricoh UK Ltd
2nd Floor, 900 Pavilion Drive, Northampton Business Park
Northampton
NN4 7RG
UK
Telephone: +44 1604814900
E-mail: bid.team@ricoh.co.uk
Fax: +44 2082614004
NUTS: UK
Internet address(es)
URL: www.ricoh.co.uk
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Canon UK Ltd
5 The Square, Stockley Park
Uxbridge
UB11 1ET
UK
Telephone: +44 1895648000
E-mail: tender_team@cuk.canon.co.uk
Fax: +44 1737220022
NUTS: UK
Internet address(es)
URL: www.canon.co.uk
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Kyocera Document Solutions (UK) Limited
75-77 Eldon Court, London Road
Reading
RG1 5BS
UK
Telephone: +44 1189311500
E-mail: bidteam@duk.kyocera.com
Fax: +44 1189230793
NUTS: UK
Internet address(es)
URL: http://www.kyoceradocumentsolutions.co.uk/
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Konica Minolta Business Solutions (UK) Ltd
Konica House, Miles Gray Road
Basildon
SS14 3AR
UK
Telephone: +44 1268534444
E-mail: bidsandtenders@konicaminolta.co.uk
Fax: +44 1268644344
NUTS: UK
Internet address(es)
URL: www.konicaminolta.co.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:
: 500 000 000.00Â
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The University of Essex's Internal Reference Number is UOE/DU/MFD/01. The framework is being delivered by the University of Essex and its partners Dukefield Procurement Ltd (who are a subsidiary of Dukefield Ltd). Dukefield Procurement Ltd are acting as agents of the University of Essex in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at:
https://suppliers.multiquote.com
the tender is available from the opportunities menu on the login page of the site.
The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. The University of Essex expressly reserves the rights:
(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;
(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;
(c) to award a contract covering only part of the it's requirements if explicitly detailed within the tender documentation;
(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;
(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;
(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;
(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/ discussion documents to the market where appropriate to the subject matter of this procurement;
(h) the contracting authority will not be liable for any costs incurred by tenderers;
(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement;
and
(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4).
Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework:
Where, following the evaluation of bids, more than one tenderer is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the for the purpose of calculating the maximum number of suppliers under the framework.
The contracting authority will award a framework agreement to additional tenderers on the framework beyond the stated maximum number, where their final evaluation score (s) is within 0.5% of the last placed position on the framework. For the avoidance of doubt, the last placed position in respect of this framework is fifteenth. Therefore, tenderers within 0.5%, along with the tenderer in last placed position, shall be deemed to occupy the last framework agreement contract award position for the framework.
VI.4) Procedures for review
VI.4.1) Review body
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
UK
Internet address(es)
URL: https://www.essex.ac.uk/
VI.4.2) Body responsible for mediation procedures
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
UK
Internet address(es)
URL: https://www.essex.ac.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The University of Essex will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
UK
Internet address(es)
URL: https://www.essex.ac.uk/
VI.5) Date of dispatch of this notice
09/09/2024