Published date: 15 September 2020
Last edited date: 25 September 2020
This notice was replaced on 12 January 2021
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 12 January 2021, last edited 3 April 2025)
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Security-type printed matter - 22450000
Storage and retrieval services - 63121000
Warehousing services - 63122000
Electronic mail services - 64216120
Printing and related services - 79800000
Publishing services - 79970000
Location of contract
United Kingdom, Isle of Man, Channel Islands
Value of contract
£420,000,000
Procurement reference
RM6170.
Published date
15 September 2020
Closing date
2 October 2020
Closing time
12am
Contract start date
28 December 2020
Contract end date
27 December 2024
Contract type
Service contract
Procedure type
Open procedure (above threshold)
Any interested supplier may submit a tender in response to an opportunity notice.
This procedure can be used for procurements above the relevant contract value threshold.
This is an accelerated procedure.
Justification
Please refer to the attachment 'Accelerated Open Procedure - Justification' regarding the reasoning for the use of the accelerated procedure.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of print management services for use by Central Government and UK public sector bodies. The agreement shall include print products and all associated services to provide an end to end print management service.
For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.
More information
Attachments
-
- 4. Accelerated Open Procedure - Justification.docx
- Contract notice
-
- 2. Authorised Customer List.docx
- Contract notice
-
- Attachment 1 About the Framework v1.0.pdf
- Bidding documents
-
- Attachment 2 How to bid v1.0.docx
- Bidding documents
-
- Attachment 2b - Evidence of Contract Example 1 - Lot 1 v1.0.pdf
- Bidding documents
-
- Attachment 2b - Evidence of Contract Example 1 - Lot 2 v1.0.pdf
- Bidding documents
-
- Attachment 2b - Evidence of Contract Example 2 - Lot 1 v1.0.pdf
- Bidding documents
-
- Attachment 2b - Evidence of Contract Example 2 - Lot 2 v1.0.pdf
- Bidding documents
-
- Attachment 2b - Evidence of Contract Example 3 - Lot 1 v1.0.pdf
- Bidding documents
-
- Attachment 2c - Relevant Principle Services Template v1.0.pdf
- Bidding documents
-
- Attachment 2d - Certificate of Performance v1.0.pdf
- Bidding documents
-
- Attachment 2e Award Questionnaire v1.0.pdf
- Bidding documents
-
- Attachment 3a Lot 1 Price Matrix v1.0.xlsx
- Bidding documents
-
- Attachment 3b Lot 2 Price Matrix v1.0.xlsx
- Bidding documents
-
- Attachment 4 Information and declaration workbook v1.0.xlsx
- Bidding documents
-
- Attachment 5 Financial assessment template v1.0.xlsx
- Bidding documents
-
- Attachment 6 Consortia details v1.0.xlsx
- Bidding documents
-
- Attachment 7 Key subcontractor details v1.0.xlsx
- Bidding documents
-
- Attachment 8a Non Disclosure Agreement (TUPE and Data Pack) v1.0.pdf
- Bidding documents
-
- Framework Schedules.zip
- Bidding documents
-
- Call Off Schedules.zip
- Bidding documents
-
- Annex A Command and House Papers Service Requirements v1.0.pdf
- Bidding documents
-
- Core Terms 3.0.8.pdf
- Bidding documents
-
- Joint Schedules.zip
- Bidding documents
-
- Framework Award Form v.1.1.pdf
- Bidding documents
Additional text
-
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 should 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials Plus, for services under and in connection with this procurement. Further information about the requirement for Cyber Essentials Plus can be found within bid pack attachment 2a - Selection Questionnaire.
PLEASE NOTE:
All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME.
On 30 June 2021, any certificate issued under the old scheme will expire.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
For lot 2 only, CCS reserve the right to award a Framework Contract 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 help@eSourcingsolution.co.uk or call 0800 069 8630.
About the buyer
Contact name
The Minister for the Cabinet Office acting through Crown Commercial Service
Address
9th Floor, The Capital, Old Hall Street,
Liverpool
L3 9PP
England
Telephone
+443450103503
supplier@crowncommercial.gov.uk
Website
Share this notice