Tender

Multifunctional Devices, Managed Print and Content Services and Records and Information Management - Lot 1,5,6 & 7

CROWN COMMERCIAL SERVICE

This public procurement record has 1 release in its history.

TenderAmendment

23 Mar 2020 at 11:49

Summary of the contracting process

The procurement process is conducted by the Crown Commercial Service, titled "Multifunctional Devices, Managed Print and Content Services and Records and Information Management - Lot 1,5,6 & 7." This procurement falls under the services category within the office machinery industry, taking place in the United Kingdom. It is currently in the active stage which includes a tender amendment, and the relevant framework agreements will expire on 26 October 2020. The procurement method utilised is an open procedure, with a maximum call-off period ranging from three to five years, depending on the lot.

This tender presents significant opportunities for businesses looking to expand their footprint in office machinery, equipment, and related services. Companies specialising in multifunctional devices, print management software, scanning services, and document management are particularly well-suited to compete for this contract. With a budget of £73,700,000, this large-scale procurement is ideal for small and medium-sized enterprises (SMEs) aiming to deliver innovative solutions that align with the UK's drive towards digitisation and efficient information management.

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 - 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

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

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-b5fd17-8545db2c-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"
    }
}