-
Contract Timeline
- Publication Date
-
3rd April 2025 10:50:19 AM
-
Contract Summary
Crown Commercial Service, as the Authority, have put in place an agreement for the provision of print management services for use by Central Government and UK public sector bodies. The agreement will include print products and all associated services to provide an end to end print management service. Additional information: The start date of this Framework Agreement is 28/12/2020. The expiry date of the Framework Agreement is 27/12/2024. The Framework Agreement will be established for 4 years, with no option to extend. Extension required due to delay implementation of the replacement framework. RM6170 Print Management Services, Lot 2 has been extended to 27/06/2025.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-c8ed1f3a-b8be-4f23-9f14-cc9bfdf0b757
- Publication Source
-
Contracts Finder
- Procurement Stage
-
AwardUpdate
- Procurement Method
-
Open
- Procurement Method Details
-
Accelerated Open Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
Framework
-
Contract Classification
- CPV Code(s)
-
22450000
63121000
63122000
64216120
79800000
79970000 - CPV Division(s)
-
22 - Printed matter and related products
63 - Supporting and auxiliary transport services; travel agencies services
64 - Postal and telecommunications services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443450103503
- Buyer Address
-
9th Floor, The Capital, Old Hall Street,
Liverpool
L3 9PP
England
-
Awarded Supplier(s)
-
Contract Timeline
- Publication Date
-
12th January 2021 08:34:55 AM
-
Contract Summary
Crown Commercial Service, as the Authority, have put in place an agreement for the provision of print management services for use by Central Government and UK public sector bodies. The agreement will include print products and all associated services to provide an end to end print management service. Additional information: The start date of this Framework Agreement is 28/12/2020. The expiry date of the Framework Agreement is 27/12/2024. The Framework Agreement will be established for 4 years, with no option to extend.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-c8ed1f3a-b8be-4f23-9f14-cc9bfdf0b757
- Publication Source
-
Contracts Finder
- Procurement Stage
-
Award
- Procurement Method
-
Open
- Procurement Method Details
-
Accelerated Open Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
Framework
-
Contract Classification
- CPV Code(s)
-
22450000
63121000
63122000
64216120
79800000
79970000 - CPV Division(s)
-
22 - Printed matter and related products
63 - Supporting and auxiliary transport services; travel agencies services
64 - Postal and telecommunications services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443450103503
- Buyer Address
-
9th Floor, The Capital, Old Hall Street,
Liverpool
L3 9PP
England
-
Awarded Supplier(s)
-
Contract Timeline
- Publication Date
-
25th September 2020 12:58:19 PM
- TenderAmendment Deadline
-
1st October 2020 23:00:00 PM Expired
-
Contract Summary
Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of print management services for use by Central Government and UK public sector bodies. The agreement shall include print products and all associated services to provide an end to end print management service. For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions. Additional information: On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials Plus, for services under and in connection with this procurement. Further information about the requirement for Cyber Essentials Plus can be found within bid pack attachment 2a - Selection Questionnaire. PLEASE NOTE: All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME. On 30 June 2021, any certificate issued under the old scheme will expire. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. For lot 2 only, CCS reserve the right to award a Framework Contract to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at help@eSourcingsolution.co.uk or call 0800 069 8630.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-c8ed1f3a-b8be-4f23-9f14-cc9bfdf0b757
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
22450000
63121000
63122000
64216120
79800000
79970000 - CPV Division(s)
-
22 - Printed matter and related products
63 - Supporting and auxiliary transport services; travel agencies services
64 - Postal and telecommunications services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443450103503
- Buyer Address
-
9th Floor, The Capital, Old Hall Street,
Liverpool
L3 9PP
England
-
Contract Timeline
- Publication Date
-
21st September 2020 11:29:59 AM
- TenderAmendment Deadline
-
1st October 2020 23:00:00 PM Expired
-
Contract Summary
Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of print management services for use by Central Government and UK public sector bodies. The agreement shall include print products and all associated services to provide an end to end print management service. For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions. Additional information: On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials Plus, for services under and in connection with this procurement. Further information about the requirement for Cyber Essentials Plus can be found within bid pack attachment 2a - Selection Questionnaire. PLEASE NOTE: All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME. On 30 June 2021, any certificate issued under the old scheme will expire. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. For lot 2 only, CCS reserve the right to award a Framework Contract to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at help@eSourcingsolution.co.uk or call 0800 069 8630.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-c8ed1f3a-b8be-4f23-9f14-cc9bfdf0b757
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
22450000
63121000
63122000
64216120
79800000
79970000 - CPV Division(s)
-
22 - Printed matter and related products
63 - Supporting and auxiliary transport services; travel agencies services
64 - Postal and telecommunications services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443450103503
- Buyer Address
-
9th Floor, The Capital, Old Hall Street,
Liverpool
L3 9PP
England
-
Contract Timeline
- Publication Date
-
15th September 2020 08:18:10 AM
- Tender Deadline
-
2nd October 2020 09:00:00 AM Expired
-
Contract Summary
Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of print management services for use by Central Government and UK public sector bodies. The agreement shall include print products and all associated services to provide an end to end print management service. For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions. Additional information: On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials Plus, for services under and in connection with this procurement. Further information about the requirement for Cyber Essentials Plus can be found within bid pack attachment 2a - Selection Questionnaire. PLEASE NOTE: All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME. On 30 June 2021, any certificate issued under the old scheme will expire. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. For lot 2 only, CCS reserve the right to award a Framework Contract to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at help@eSourcingsolution.co.uk or call 0800 069 8630.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-c8ed1f3a-b8be-4f23-9f14-cc9bfdf0b757
- Publication Source
-
Contracts Finder
- Procurement Stage
-
Tender
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
22450000
63121000
63122000
64216120
79800000
79970000 - CPV Division(s)
-
22 - Printed matter and related products
63 - Supporting and auxiliary transport services; travel agencies services
64 - Postal and telecommunications services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443450103503
- Buyer Address
-
9th Floor, The Capital, Old Hall Street,
Liverpool
L3 9PP
England