Published date: 8 August 2016
This notice was replaced on 8 August 2016
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 15 March 2017)
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
Photocopying and thermocopying equipment - 30121000
Office supplies - 30192000
Document management software package - 48311000
Maintenance and repair of office machinery - 50310000
Archive services - 92512000
Location of contract
Any region
Value of contract
£500,000,000 to £700,000,000
Procurement reference
RM3781
Published date
8 August 2016
Closing date
5 September 2016
Contract start date
26 October 2016
Contract end date
25 October 2020
Contract type
Service contract
Procedure type
Open procedure
Any interested supplier may submit a tender in response to an opportunity notice.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
Crown Commercial Service as the Authority is putting in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS Bodies and Local Authorities.
The above Public Sector Bodies have a need for Multifunctional Devices, Managed Print and Content, Records and Information Management Services.
The Services within the scope of this Framework Agreement have been divided into 7 Lots:
- Lot 1 Multifunctional Devices (MFD's) and Entry Level Print Management Software
- Lot 2 Multifunctional Devices and Print Management Services
- Lot 3 Managed Print Services and Content Management Services
- Lot 4 Records Information Management Services
- Lot 5 Scanning Services
- Lot 6 Sensitivity Review Service
- Lot 7 Audit and Consultancy Services
Potential Providers have the opportunity to submit a Tender for all or any combination of Lots 1, 2, 3, 4, 5, 6 and 7. However, the successful Potential Provider(s) for Lot 7 are required to provide an entirely independent vendor neutral audit, therefore if successful on any other Lots, the Potential Provider must make the choice of accepting a single award for Lot 7 or accept award for any other Lot(s) which they are successful.
The Authority has taken the decision to award this procurement in two (2) Phased periods, Phase 1 is applicable to Lots 2 and 3. Phase 2 is applicable to Lots 1, 4, 5, 6 and 7.
In the event that a Potential Provider bidding for Lots 2, 3 and 7 is successful in the Phase 1 award stage for Lot 2 and/or Lot 3 then the Potential Provider will be required to formally withdraw their bid for Lot 7 during the Phase 1 award stage and confirm that they intend to accept the offer of award for Lot 2 and/or Lot 3. Alternatively, if the Potential Providers preference is for their bid to be evaluated for Lot 7, then they shall be required to formally reject the offer of award for Lot 2 and/or Lot 3 during the Phase 1 award stage.
In order to ensure that the competition on the Framework Agreement is not distorted, Potential Providers are not permitted to submit more than one Tender for each Lot regardless of whether that Tender is submitted in their own name or as part of a Group of Economic Operators. If a Potential Provider submits more than one Tender for a Lot, the Authority is entitled to disqualify one or all of the Tenders submitted by the Potential Provider in respect of the relevant Lot.
The duration of the Framework Agreement referenced in Section II.1.4 is for the placing of orders, and all Framework Agreements will be awarded for a term of four (4) years. Please refer to indicative Award timetable in Attachment 1 - Invitation to Tender which details Award dates for all seven (7) Lots.
More information
Attachments
-
- Attachment 5- Pricing Matrix Lot 5 v1.0.xlsx
- Attachment 5- Pricing Matrix Lot 5 v1.0
-
- Attachment 4 - Framework Agreement Terms and Conditions V1.0.pdf
- Attachment 4 - Framework Agreement Terms and Conditions V1.0
-
- Attachment 10 - Financial Assessment Template V1.0.xlsx
- Attachment 10 - Financial Assessment Template V1.0
-
- Attachment 7 - Declaration of Compliance v1.0 .pdf
- Attachment 7 - Declaration of Compliance v1.0
-
- Attachment 5- Pricing Matrix Lot 2 v1.0.xlsx
- Attachment 5- Pricing Matrix Lot 2 v1.0
-
- Attachment 5- Pricing Matrix Lot 4 v1.0.xlsx
- Attachment 5- Pricing Matrix Lot 4 v1.0
-
- Attachment 8 eSourcing Suite Supplier Guidance Part B - Tendering and FCs v1.12 04.07.2016 (3) (1).pdf
- Attachment 8 eSourcing Suite Supplier Guidance Part B - Tendering and FCs v1.12 04.07.2016 (3) (1)
-
- Attachment 1- ITT- RM3781 ITT V1.0.pdf
- Attachment 1- ITT- RM3781 ITT V1.0
-
- Attachment 4a Lot 2- Multifunctional Devices and Print Management Services - V1.0.pdf
- Attachment 4a Lot 2- Multifunctional Devices and Print Management Services - V1.0
-
- Attachment 4a Lot 5- Scanning Services - V1.0.pdf
- Attachment 4a Lot 5- Scanning Services - V1.0
-
- Attachment 6 - Terms of Participation v1.0 .pdf
- Attachment 6 - Terms of Participation v1.0
-
- Attachment 4a Lot 6 -Sensitivity Review - Specification V1.0 .pdf
- Attachment 4a Lot 6 -Sensitivity Review - Specification V1.0
-
- Attachment 11- Affiliated Bids.xlsx
- Attachment 11- Affiliated Bids
-
- Attachment 4a Lot 7 - Audit and Consultancy Services - v1.0.pdf
- Attachment 4a Lot 7 - Audit and Consultancy Services - v1.0
-
- Attachment 5- Pricing Matrix Lot 3 v1.0.xlsx
- Attachment 5- Pricing Matrix Lot 3 v1.0
-
- Attachment 9 - Framework Population Template V.1.0.docx
- Attachment 9 - Framework Population Template V.1.0
-
- Attachment 12 Lot 1 - eAuction Rules v1.0.pdf
- Attachment 12 Lot 1 - eAuction Rules v1.0
-
- Attachment 4a Lot 1- Multifunctional Devices (MFDs) and Entry Level Print Management Software V1.0.pdf
- Attachment 4a Lot 1- Multifunctional Devices (MFDs) and Entry Level Print Management Software V1.0
-
- Attachment 4b - Call Off Order Form and Call Off terms - V1.0.pdf
- Attachment 4b - Call Off Order Form and Call Off terms - V1.0
-
- Attachment 5- Pricing Matrix Lot 6 v1.0.xlsx
- Attachment 5- Pricing Matrix Lot 6 v1.0
-
- Attachment 2 Participation Requirements & Selection Questionnaire Guidance V1.0 .pdf
- Attachment 2 Participation Requirements & Selection Questionnaire Guidance V1.0
-
- Attachment 4c - Lease Agreement V1.0.pdf
- Attachment 4c - Lease Agreement V1.0
-
- Attachment 4a Lot 4- Records Information Management Services v1.0..pdf
- Attachment 4a Lot 4- Records Information Management Services v1.0.
-
- Attachment 3 - Award Questionnaire and Evaluation Guidance V1.0.pdf
- Attachment 3 - Award Questionnaire and Evaluation Guidance V1.0
-
- Attachment 5- Pricing Matrix Lot 1 v1.0.xlsx
- Attachment 5- Pricing Matrix Lot 1 v1.0
-
- Attachment 4a Lot 3 - Managed Print and Content Management Services V1.0.pdf
- Attachment 4a Lot 3 - Managed Print and Content Management Services V1.0
-
- Attachment 12_Lot 4 - eAuction Rules v1.0.pdf
- Attachment 12_Lot 4 - eAuction Rules v1.0
-
- Attachment 5- Pricing Matrix Lot 7 v1.0.xlsx
- Attachment 5- Pricing Matrix Lot 7 v1.0
Additional text
-
This procurement will be managed electronically via the Authorities e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the eSourcing Suite, this can be done online at
https://gpsesourcing.cabinetoffice.gov.uk
by following the link 'Register for CCS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at
https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing
ExpressionOfInterest@crowncommercial.gov.uk
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the Potential Provider; and the name and contact details for the registered individual sending the email. The Authority will process the email and then enable the Potential Provider to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to eSourcing Suite email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email:
eEnablement@crowncommercial.gov.uk
A full copy of the ITT documentation for this procurement will be available for unrestricted and full direct access, free of charge via Crown Commercial Service website from the date of this publication of the contract notice:
http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline
About the buyer
Address
9th Floor, The Capital
Old Hall Street
Liverpool
L3 9PP
England
Telephone
0345 010 3503
supplier@crowncommercial.gov.uk
Website
Share this notice
All content is available under the
