Notice Information
Notice Title
Multifunctional Devices, Managed Print and Content Services and Records and Information Management - Lot 1,5,6 & 7
Notice Description
Lot 1 Multifunctional Devices (MFD's) and Entry Level Print Management Software is for the provision of Equipment which includes mono and colour-capable Devices from small to large office based, free standing and network ready MFDs, Entry Level Print Management Software and peripheral accessories to enable Contracting Authorities to utilise bespoke Devices to meet their individual requirements. The Lot 1 Framework Agreement will expire on 26.10.2020 with a maximum Call Off period of five (5) years (60) months. Lot 5 Scanning Services, is for the management of Records and the 'physical to digital' process in line with Governments broader 'digital by default' strategy. During this process it is acknowledged that there will be a short term requirement to store physical records. The Potential Provider shall be able to provide the full Scanning Service for an End to End or part requirement. The Lot 5 Framework Agreement will expire on 26.10.2020 with a maximum Call Off period of three (3) years (36) months. Lot 6 is to provide a Sensitivity Review Service to identify whether Record(s) contain sensitive information and whether the Exemptions support or do not support withholding the sensitive information. The Potential Provider shall be able to provide an On-site or Off site Sensitivity Review Service through either a Fully Managed Sensitivity Review Service or a Triage Sensitivity Review Service. The Lot 6 Framework Agreement will expire on 26.10.2020 with a maximum Call Off period of three (3) years (36) months. Lot 7 is for the Potential Provider to provide an entirely independent Vendor Neutral Audit and Consultancy based on total cost transparency of existing information management processes. The Potential Provider shall, where required utilise market expertise and knowledge to influence and support Contracting Authorities strategies in the management of its Managed Print and Content Management requirements and the optimisation of physical storage requirements, including reduction of volumes where appropriate and the management of retention and Disposal/ Destruction strategies. The Lot 7 Framework Agreement will expire on 26.10.2020 with a maximum Call Off period of five (5) years (60) months. 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-b5fd17-8545db2c-9f4c-48ae-8888-a7e13d1545c9
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/a6997981-8905-4938-8480-614de19f6ce1
- 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
63 - Supporting and auxiliary transport services; travel agencies services
72 - IT services: consulting, software development, Internet and support
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
92 - Recreational, cultural and sporting services
-
- CPV Codes
30100000 - Office machinery, equipment and supplies except computers, printers and furniture
50310000 - Maintenance and repair of office machinery
63121000 - Storage and retrieval services
72220000 - Systems and technical consultancy services
72512000 - Document management services
75112000 - Administrative services for business operations
79212000 - Auditing services
79311000 - Survey services
79410000 - Business and management consultancy services
79521000 - Photocopying services
79810000 - Printing services
79820000 - Services related to printing
92512000 - Archive services
Notice Value(s)
- Tender Value
- £73,700,000 £10M-£100M
- 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
- 12 Dec 2016 - 25 Oct 2020 3-4 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/a6997981-8905-4938-8480-614de19f6ce1
23rd March 2020 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/7a641c66-72f5-4fa7-a099-eb217ee75eaf
RM3871 Lots 1, 5, 6 & 7 award corrigendum
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-b5fd17-8545db2c-9f4c-48ae-8888-a7e13d1545c9-2020-03-23T11:49:39Z",
"date": "2020-03-23T11:49:39Z",
"ocid": "ocds-b5fd17-8545db2c-9f4c-48ae-8888-a7e13d1545c9",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "RM3781 - Corrigendum",
"title": "Multifunctional Devices, Managed Print and Content Services and Records and Information Management - Lot 1,5,6 & 7",
"description": "Lot 1 Multifunctional Devices (MFD's) and Entry Level Print Management Software is for the provision of Equipment which includes mono and colour-capable Devices from small to large office based, free standing and network ready MFDs, Entry Level Print Management Software and peripheral accessories to enable Contracting Authorities to utilise bespoke Devices to meet their individual requirements. The Lot 1 Framework Agreement will expire on 26.10.2020 with a maximum Call Off period of five (5) years (60) months. Lot 5 Scanning Services, is for the management of Records and the 'physical to digital' process in line with Governments broader 'digital by default' strategy. During this process it is acknowledged that there will be a short term requirement to store physical records. The Potential Provider shall be able to provide the full Scanning Service for an End to End or part requirement. The Lot 5 Framework Agreement will expire on 26.10.2020 with a maximum Call Off period of three (3) years (36) months. Lot 6 is to provide a Sensitivity Review Service to identify whether Record(s) contain sensitive information and whether the Exemptions support or do not support withholding the sensitive information. The Potential Provider shall be able to provide an On-site or Off site Sensitivity Review Service through either a Fully Managed Sensitivity Review Service or a Triage Sensitivity Review Service. The Lot 6 Framework Agreement will expire on 26.10.2020 with a maximum Call Off period of three (3) years (36) months. Lot 7 is for the Potential Provider to provide an entirely independent Vendor Neutral Audit and Consultancy based on total cost transparency of existing information management processes. The Potential Provider shall, where required utilise market expertise and knowledge to influence and support Contracting Authorities strategies in the management of its Managed Print and Content Management requirements and the optimisation of physical storage requirements, including reduction of volumes where appropriate and the management of retention and Disposal/ Destruction strategies. The Lot 7 Framework Agreement will expire on 26.10.2020 with a maximum Call Off period of five (5) years (60) months. 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": "2017-03-15T11:35:46Z",
"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": "63121000",
"description": "Storage and retrieval services"
},
{
"scheme": "CPV",
"id": "72220000",
"description": "Systems and technical consultancy services"
},
{
"scheme": "CPV",
"id": "72512000",
"description": "Document management services"
},
{
"scheme": "CPV",
"id": "75112000",
"description": "Administrative services for business operations"
},
{
"scheme": "CPV",
"id": "79212000",
"description": "Auditing services"
},
{
"scheme": "CPV",
"id": "79311000",
"description": "Survey services"
},
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
},
{
"scheme": "CPV",
"id": "79521000",
"description": "Photocopying services"
},
{
"scheme": "CPV",
"id": "79810000",
"description": "Printing services"
},
{
"scheme": "CPV",
"id": "79820000",
"description": "Services related to printing"
},
{
"scheme": "CPV",
"id": "92512000",
"description": "Archive 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": 73700000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2016-09-05T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2016-12-12T00:00:00Z",
"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/a6997981-8905-4938-8480-614de19f6ce1",
"datePublished": "2017-03-15T11:35:46Z",
"dateModified": "2020-03-23T11:49:39Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "awardNotice",
"description": "RM3871 Lots 1, 5, 6 & 7 award corrigendum",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/7a641c66-72f5-4fa7-a099-eb217ee75eaf",
"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": {
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"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"
}
}