Published date: 7 February 2025

Last edited date: 11 March 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.


Closing: 18 March 2025, 3pm

Contract summary

Industry

  • Office machinery, equipment and supplies except computers, printers and furniture - 30100000

  • Printers and plotters - 30232100

  • Colour graphics printers - 30232130

    • Software package and information systems - 48000000

    • Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment - 50300000

    • Document management software development services - 72212311

    • Print utility software development services - 72212772

    • System, storage and content management software development services - 72212780

    • Storage management software development services - 72212782

    • Systems and technical consultancy services - 72220000

    • Document management services - 72512000

    • Office automation services - 72513000

    • Auditing services - 79212000

    • Survey services - 79311000

    • Business and management consultancy and related services - 79400000

    • Reprographic services - 79520000

    • Printing and related services - 79800000

    • Library management services - 79995000

    • Scanning services - 79999100

Location of contract

United Kingdom

Value of contract

£900,000,000

Procurement reference

RM6361.

Published date

7 February 2025

Closing date

18 March 2025

Closing time

3pm

Contract start date

5 August 2025

Contract end date

7 August 2029

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.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

Yes


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.


More information

Previous notice about this procurement

Multifunctional Devices (MFDs), Print, Digital and Cloud Software Services

  • Future opportunity
  • Published 22 May 2024, last edited 23 May 2024

Attachments

Links

Additional text

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:

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.

Access to the procurement documents is restricted. Further information can be found at:
https://crowncommercialservice.bravosolution.co.uk/


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

+44 3454102222

Email

supplier@crowncommercial.gov.uk

Website

https://www.gov.uk/ccs