Notice Information
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. Additional information: Due to the current COVID-19 pandemic, Crown Commercial Service (CCS) believes that the first condition set out in Regulation 72(1)(c) Public Contracts Regulations 2015 has been fulfilled in respect of the Framework Agreement. Crown Commercial Service has taken the decision to extend existing framework agreements that were due for reprocurement for a period of twelve (12 months). This is to enable CCS resource to be diverted to procuring urgent requirements to deal with COVID-19 consequences and to relieve pressure on the supply chain while short staffed, to enable businesses to continue to deliver services and goods to customers. CCS intends to deliver replacement framework agreements as quickly as possible after the initial COVID-19 impact
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-6664e1ab-e517-421b-8d38-5089d15c230d
- 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 (above threshold)
- 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
- 23 Mar 20205 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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/788b9871-0955-474b-ba43-e4c3274bf1df
23rd March 2020 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/9c050986-7a5e-4530-b856-1e13077f18b1
RM3781 Lot 2 corrigendum.pdf
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-6664e1ab-e517-421b-8d38-5089d15c230d-2020-03-23T11:57:31Z",
"date": "2020-03-23T11:57:31Z",
"ocid": "ocds-b5fd17-6664e1ab-e517-421b-8d38-5089d15c230d",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "RM3781 Lot 2 Corrigendum",
"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. Additional information: Due to the current COVID-19 pandemic, Crown Commercial Service (CCS) believes that the first condition set out in Regulation 72(1)(c) Public Contracts Regulations 2015 has been fulfilled in respect of the Framework Agreement. Crown Commercial Service has taken the decision to extend existing framework agreements that were due for reprocurement for a period of twelve (12 months). This is to enable CCS resource to be diverted to procuring urgent requirements to deal with COVID-19 consequences and to relieve pressure on the supply chain while short staffed, to enable businesses to continue to deliver services and goods to customers. CCS intends to deliver replacement framework agreements as quickly as possible after the initial COVID-19 impact",
"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 (above threshold)",
"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",
"dateModified": "2020-03-23T11:57:31Z",
"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"
},
{
"id": "3",
"documentType": "awardNotice",
"description": "RM3781 Lot 2 corrigendum.pdf",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/9c050986-7a5e-4530-b856-1e13077f18b1",
"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"
}
}