Tender

Multifunctional Devices, Managed Print and Content Services and Records and Information Management

CROWN COMMERCIAL SERVICE

This public procurement record has 1 release in its history.

Tender

15 Mar 2017 at 10:34

Summary of the contracting process

The procurement process is being carried out by the Crown Commercial Service for the provision of Multifunctional Devices, Managed Print and Content Services, and Records and Information Management. The procurement falls within the services category, specifically targeting the office machinery and equipment sector in the United Kingdom. This open procedure tender, identified as RM3781/3, published on 15 March 2017, had a tender period deadline of 5 September 2016, with a contract period commencing on 26 October 2016 and concluding on 25 October 2020. The total estimated value of this opportunity is £260 million.

This tender presents significant opportunities for businesses specialising in office machinery, printing services, and managed print solutions. Companies that manufacture or provide technology and maintenance for multifunctional devices, document management software, or print management services would be particularly well-suited to compete. Additionally, businesses capable of offering innovative solutions for cost efficiencies and enhanced print workflow are likely to find this opportunity advantageous for growth in the public procurement sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Multifunctional Devices, Managed Print and Content Services and Records and Information Management

Notice Description

The scope of this Lot 2 Multifunctional Devices and Print Management Software and Services is for the provision of a catalogued range of new digital and remanufactured digital Equipment ranging from entry level, standalone, single function desktop printers (only where balanced deployment is required) through to fully networked Print Room Equipment along with the required Software options to support Contracting Authorities page output, document workflow and relevant business process requirements. Potential Providers for lot 2 shall be able to provide all of the following services and requirements: - Mono, colour and colour-capable MFDs, digital copiers, mono and colour network printers and Print Room Devices, including A0 Wide Format and 3D Devices, all with standard network interfaces. - Print Room services, including web based client job submission, electronic job ticketing, and visual costindication for Users, email job status feedback, print finishing options, online and offline, document clean up Software, further defined Service Level Agreement to reflect critical nature of Devices. - All the above Devices utilised within an Enhanced Service provision, where required, including Software options to enable process improvements and cost efficiencies such as, cloud based mobile printing, inbound mail and hybrid mail. - Software to enable product management e.g. remote diagnostics. - Push and pull printing Software. - Functionality to enable email to print and web to print. - Options, including paper storage/feed, finishing, print controller/RIP, memory, PostScript, hard disks, fax etc.Duplex is shall be provided as standard for all but the slowest Devices. - Consumables including toner staples, and Customer Replaceable Units (CRU). - Auditing Software for print management/accounting, print routing / load balancing, email notification,scanning Software with optical character recognition (OCR). - Enabling document management/archiving tools which ensure seamless integration into contracting authorities' existing document management software platforms. - Maintenance and support, including training (on and off-site). - Surveys/Print Assessments - essentially fact-finding and verification of existing Equipment/estate, networks,principal flows and page output, ideally with vendor neutral analysis and further recommendations / proposals tothe Contracting Authorities (typically provided following award of the Call Off Contract). - Finance options offering Contracting Authorities flexibility relating to the payment configuration, including lease, rental offerings, asset management, and cost per copy/page. The Lot 2 Framework Agreement will expire on 26.10.2020. The maximum Call Off Contract period is for five (5) years (60 months) for non-Print Room Equipment and seven (7) years (84 months) for Print Room Equipment.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-0e8e2633-058d-4ad7-8203-8a08c7f23b4f
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/788b9871-0955-474b-ba43-e4c3274bf1df
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

30 - Office and computing machinery, equipment and supplies except furniture and software packages

50 - Repair and maintenance services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

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

50310000 - Maintenance and repair of office machinery

79521000 - Photocopying services

79800000 - Printing and related services

Notice Value(s)

Tender Value
£260,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Mar 20178 years ago
Submission Deadline
5 Sep 2016Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
25 Oct 2016 - 25 Oct 2020 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CROWN COMMERCIAL SERVICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LIVERPOOL
Postcode
L3 9PP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-0e8e2633-058d-4ad7-8203-8a08c7f23b4f-2017-03-15T10:34:37Z",
    "date": "2017-03-15T10:34:37Z",
    "ocid": "ocds-b5fd17-0e8e2633-058d-4ad7-8203-8a08c7f23b4f",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "RM3781/3",
        "title": "Multifunctional Devices, Managed Print and Content Services and Records and Information Management",
        "description": "The scope of this Lot 2 Multifunctional Devices and Print Management Software and Services is for the provision of a catalogued range of new digital and remanufactured digital Equipment ranging from entry level, standalone, single function desktop printers (only where balanced deployment is required) through to fully networked Print Room Equipment along with the required Software options to support Contracting Authorities page output, document workflow and relevant business process requirements. Potential Providers for lot 2 shall be able to provide all of the following services and requirements: - Mono, colour and colour-capable MFDs, digital copiers, mono and colour network printers and Print Room Devices, including A0 Wide Format and 3D Devices, all with standard network interfaces. - Print Room services, including web based client job submission, electronic job ticketing, and visual costindication for Users, email job status feedback, print finishing options, online and offline, document clean up Software, further defined Service Level Agreement to reflect critical nature of Devices. - All the above Devices utilised within an Enhanced Service provision, where required, including Software options to enable process improvements and cost efficiencies such as, cloud based mobile printing, inbound mail and hybrid mail. - Software to enable product management e.g. remote diagnostics. - Push and pull printing Software. - Functionality to enable email to print and web to print. - Options, including paper storage/feed, finishing, print controller/RIP, memory, PostScript, hard disks, fax etc.Duplex is shall be provided as standard for all but the slowest Devices. - Consumables including toner staples, and Customer Replaceable Units (CRU). - Auditing Software for print management/accounting, print routing / load balancing, email notification,scanning Software with optical character recognition (OCR). - Enabling document management/archiving tools which ensure seamless integration into contracting authorities' existing document management software platforms. - Maintenance and support, including training (on and off-site). - Surveys/Print Assessments - essentially fact-finding and verification of existing Equipment/estate, networks,principal flows and page output, ideally with vendor neutral analysis and further recommendations / proposals tothe Contracting Authorities (typically provided following award of the Call Off Contract). - Finance options offering Contracting Authorities flexibility relating to the payment configuration, including lease, rental offerings, asset management, and cost per copy/page. The Lot 2 Framework Agreement will expire on 26.10.2020. The maximum Call Off Contract period is for five (5) years (60 months) for non-Print Room Equipment and seven (7) years (84 months) for Print Room Equipment.",
        "datePublished": "2017-03-15T10:34:37Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "30100000",
            "description": "Office machinery, equipment and supplies except computers, printers and furniture"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "50310000",
                "description": "Maintenance and repair of office machinery"
            },
            {
                "scheme": "CPV",
                "id": "79521000",
                "description": "Photocopying services"
            },
            {
                "scheme": "CPV",
                "id": "79800000",
                "description": "Printing and related services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 260000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2016-09-05T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2016-10-26T00:00:00+01:00",
            "endDate": "2020-10-25T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/788b9871-0955-474b-ba43-e4c3274bf1df",
                "datePublished": "2017-03-15T10:34:37Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "MFD's - RM3781 Lot 2",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/f80ea265-12ca-475f-9b9a-1b60501c01dd",
                "format": "application/pdf"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
            "name": "Crown Commercial Service",
            "identifier": {
                "legalName": "Crown Commercial Service",
                "scheme": "GB-SRS",
                "id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "supplier@crowncommercial.gov.uk",
                "telephone": "0345 010 3503"
            },
            "details": {
                "url": "http://www.gov.uk/ccs"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
        "name": "Crown Commercial Service"
    }
}