Multifunctional Devices (MFDs), GovPrint Hardware, Managed Print Services and Digital Workflow Software Services

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Contract (Goods)
Duration
4 year
Value
£900M
Sector
TECHNOLOGY
Published
07 Feb 2025
Delivery
To 17 Feb 2029 (est.)
Deadline
10 Mar 2025 15:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers
Minister for the Cabinet Office Acting Through Crown Commercial Service
Leaflet | Map tiles by Stamen Design, under CC BY 3.0. Data by OpenStreetMap, under ODbL.

Description

This agreement will provide access to multifunctional devices, managed print services, technical resources, digital workflow, cloud solutions for digital transition and print consultancy services. Please look at additional main CPV codes for goods and services.

Lot Division

1 Multifunctional Print Devices (MFDs) and Basic Print Management Software
  • Value: £180M

The purpose of Lot 1 is to appoint a single Supplier who shall be responsible for the provision of Multifunctional Print Devices (MFDs) and Basic Print Management Software via Direct Award between the successful Supplier and Buyer. Lot 1 shall provide a simple, efficient and compliant route for Buyers to procure a range of MFDs and Basic Print Management Software through a Supplier hosted Web-based Online Solution which shall support the reduction of print output volume and enable significant savings on print management costs for Buyers, through a secure print facility. Additional information: 1 place to be awarded on this lot

Award Criteria
Quality 0
price 100
2 Multifunctional Print Devices (MFDs), Print Management and/or Digital Workflow Software and Associated Services
  • Value: £350M

The Lot 2 service is for the provision of a catalogued range of new and remanufactured Digital Equipment along with a range of Software Products and Cloud services. All Products and Services are underpinned by a range of Deployment and Operational support Services. The additional services available are: Overseas delivery, Interim Specialist Technical Support Resources and Third Party Multi-Vendor legacy Device Management. Additional information: 10 places to be awarded

Award Criteria
Quality 50
price 50
3 Multifunctional Print Devices (MFDs), Print Management and/or Digital Workflow Under Managed Service Provision
  • Value: £150M

The Supplier is required to provide a Managed Service to meet the Buyer’s ‘outputs and outcomes’ detailed within its specification of requirements by designing, installing and managing the Services that meet the Buyer’s requirements. A significant driver of Lot 3 is to provide Buyers with the opportunity to deliver their short, medium or long term Digital Strategy by identifying and or creating digital solutions within one (1) competition to support organisations with digitalisation of their business processes. Additional information: 9 places to be awarded

Award Criteria
Quality 70
price 30
4 GovPrint hardware, accessories and operational services
  • Value: £200M

The purpose of Lot 4 is to appoint multiple Suppliers who shall be responsible for the provision of Multi-functional Print Devices (MFDs) hardware, accessories and operational services to support the Government Property Agency (GPA) in its delivery of the GovPrint service provision. Additional information: 5 places to be awarded

Award Criteria
Quality 40
price 60
5 Print Consultancy Services
  • Value: £20M

The purpose of this Lot 5 Specification is to appoint a number of Suppliers who shall be responsible for the provision of entirely independent vendor neutral Print Consultancy Services between the successful Suppliers and Buyers. The Supplier shall have the capability to support pan Government strategies, demonstrating scalable solutions that have the flexibility to adapt to future demands in emerging policies and priorities across Government organisations in line with the Government’s Digital by Default agenda in order to maximise savings opportunities and provide added value: https://www.gov.uk/government/publications/government-digital-strategy Additional information: 5 places to be awarded

Award Criteria
Quality 50
price 50

CPV Codes

  • 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
  • 30120000 - Photocopying and offset printing equipment
  • 30121000 - Photocopying and thermocopying equipment
  • 30121100 - Photocopiers
  • 30121200 - Photocopying equipment
  • 30121300 - Reproduction equipment
  • 30123000 - Office and business machines
  • 30125000 - Parts and accessories of photocopying apparatus
  • 30174000 - Label making machines
  • 30192400 - Reprographic supplies
  • 30232100 - Printers and plotters
  • 30232130 - Colour graphics printers
  • 48000000 - Software package and information systems
  • 48311000 - Document management software package
  • 48311100 - Document management system
  • 48613000 - Electronic data management (EDM)
  • 48773000 - Print utility software package
  • 48773100 - Print-spooling software package
  • 48780000 - System, storage and content management software package
  • 48783000 - Content management software package
  • 48800000 - Information systems and servers
  • 48810000 - Information systems
  • 48820000 - Servers
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50310000 - Maintenance and repair of office machinery
  • 50313000 - Maintenance and repair of reprographic machinery
  • 50313100 - Photocopier repair services
  • 50313200 - Photocopier maintenance services
  • 72212311 - Document management software development services
  • 72212772 - Print utility software development services
  • 72212780 - System, storage and content management software development services
  • 72212782 - Storage management software development services
  • 72220000 - Systems and technical consultancy services
  • 72221000 - Business analysis consultancy services
  • 72222100 - Information systems or technology strategic review services
  • 72222200 - Information systems or technology planning services
  • 72222300 - Information technology services
  • 72223000 - Information technology requirements review services
  • 72228000 - Hardware integration consultancy services
  • 72512000 - Document management services
  • 72513000 - Office automation services
  • 79212000 - Auditing services
  • 79212200 - Internal audit services
  • 79311000 - Survey services
  • 79311200 - Survey conduction services
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79520000 - Reprographic services
  • 79521000 - Photocopying services
  • 79800000 - Printing and related services
  • 79810000 - Printing services
  • 79811000 - Digital printing services
  • 79820000 - Services related to printing
  • 79821000 - Print finishing services
  • 79995000 - Library management services
  • 79995100 - Archiving services
  • 79999100 - Scanning services

Indicators

  • An E-Auction may be used.
  • This is a recurring contract.
  • Renewals are not available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/9ffda381-5e5c-4bcc-89ff-920f6b... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position. Registering for access: and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Reference

Domains