Notice Information
Notice Title
Print and Digital Communications Lot 2
Notice Description
Crown Commercial Service, as the Authority, has put in place an agreement for the provision of printed matter, digital communications and related products for use by Central Government and UK public sector bodies. The agreement included multiple routes to market (Direct Award and Further Competition) However, Lot 2 route to market is Further competition only for purchasing print products, digital communications and all associated services to provide an end to end print management service. The scope included all types of print such as operational, transactional, and secure print, and the associated services such as direct mail, storage, fulfilment and distribution, digital asset management, digital solutions, omni channel communications, content creation, pre-production services, media duplication and official papers. The lotting structure of this framework was determined as a result of market engagement and is as follows: Lot 2 Print and Digital Communications (Further Competition) Further information is included in the Additional Information section VI.3.
Lot Information
Print and Digital Communications Lot 1 (Direct Award)
Single supplier, Direct Award lot. Includes provision of Command and House Paper Service. The scope includes all types of print such as operational, transactional, and secure print, and the associated services such as direct mail, storage, fulfilment and distribution, digital asset management, digital solutions, omni channel communications, content creation, pre-production services, media duplication and official papers. Additional information: Single supplier lot. The Supplier awarded Lot 1 has not been awarded a Lot 2 framework contract.
Print and Digital Communications (Further Competition)Multiple suppliers, Further Competition lot. The scope included all types of print such as operational, transactional, and secure print, and the associated services such as direct mail, storage, fulfilment and distribution, digital asset management, digital solutions, omni channel communications, content creation, pre-production services, media duplication and official papers. Additional information: Suppliers awarded a Lot 2 contract were not awarded the Lot 1 framework contract. Please also see VI.3) Additional information.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-043a79
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008760-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79800000 - Printing and related services
Notice Value(s)
- Tender Value
- £930,000,000 £100M-£1B
- Lots Value
- £759,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £949,000,000 £100M-£1B
Notice Dates
- Publication Date
- 11 Mar 202511 months ago
- Submission Deadline
- 24 May 2024Expired
- Future Notice Date
- 21 Mar 2024Expired
- Award Date
- 14 Oct 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
- Additional Buyers
THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE (CCS)
- Contact Name
- Not specified
- Contact Email
- ccsprintteam@crowncommercial.gov.uk
- Contact Phone
- +44 345410222, +44 3454102222
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 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-h6vhtk-043a79-2025-03-11T14:40:50Z",
"date": "2025-03-11T14:40:50Z",
"ocid": "ocds-h6vhtk-043a79",
"description": "The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement. As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/98ecd7df-1451-4f51-9555-f459b5d0b89e 1) Redacted Commercial Agreement 2) List of Successful Suppliers 3) Approved Customer list 4) Transparency Agenda On 02/04/2014, 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 were required to 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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.",
"initiationType": "tender",
"tender": {
"id": "RM6297",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Print and Digital Communications Lot 2",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79800000",
"description": "Printing and related services"
},
"mainProcurementCategory": "services",
"description": "Crown Commercial Service, as the Authority, has put in place an agreement for the provision of printed matter, digital communications and related products for use by Central Government and UK public sector bodies. The agreement included multiple routes to market (Direct Award and Further Competition) However, Lot 2 route to market is Further competition only for purchasing print products, digital communications and all associated services to provide an end to end print management service. The scope included all types of print such as operational, transactional, and secure print, and the associated services such as direct mail, storage, fulfilment and distribution, digital asset management, digital solutions, omni channel communications, content creation, pre-production services, media duplication and official papers. The lotting structure of this framework was determined as a result of market engagement and is as follows: Lot 2 Print and Digital Communications (Further Competition) Further information is included in the Additional Information section VI.3.",
"value": {
"amount": 930000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Print and Digital Communications Lot 1 (Direct Award)",
"description": "Single supplier, Direct Award lot. Includes provision of Command and House Paper Service. The scope includes all types of print such as operational, transactional, and secure print, and the associated services such as direct mail, storage, fulfilment and distribution, digital asset management, digital solutions, omni channel communications, content creation, pre-production services, media duplication and official papers. Additional information: Single supplier lot. The Supplier awarded Lot 1 has not been awarded a Lot 2 framework contract.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"value": {
"amount": 19000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1530
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "Print and Digital Communications (Further Competition)",
"description": "Multiple suppliers, Further Competition lot. The scope included all types of print such as operational, transactional, and secure print, and the associated services such as direct mail, storage, fulfilment and distribution, digital asset management, digital solutions, omni channel communications, content creation, pre-production services, media duplication and official papers. Additional information: Suppliers awarded a Lot 2 contract were not awarded the Lot 1 framework contract. Please also see VI.3) Additional information.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"value": {
"amount": 740000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1530
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79800000",
"description": "Printing and related services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79800000",
"description": "Printing and related services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "2"
}
],
"communication": {
"futureNoticeDate": "2024-03-21T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "N/A",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2024-05-24T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2024-12-28T23:59:59Z"
}
},
"awardPeriod": {
"startDate": "2024-05-24T15:01:00+01:00"
},
"bidOpening": {
"date": "2024-05-24T15:01:00+01:00"
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "PS19,000,000.00"
},
"newValue": {
"text": "PS190,000,000.00"
},
"where": {
"section": "II.2.6",
"label": "Lot 1 Value"
},
"relatedLot": "1"
},
{
"oldValue": {
"text": "As part of this contract notice the following documents can be accessed at; https://www.contractsfinder.service.gov.uk/Notice/c20c14f7-ecd2-495a-9b9c-a826bfda740f 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. 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, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs. For Lot 2 only, CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position. Please refer to Attachment 2 How to Bid in the tender documents. 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 eEnablement@crowncommercial.gov.uk or call 0345 410 2222. Please note the contract period is for 48 months with a 3 month implementation period"
},
"newValue": {
"text": "As part of this contract notice the following documents can be accessed at; https://www.contractsfinder.service.gov.uk/Notice/c20c14f7-ecd2-495a-9b9c-a826bfda740f 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. 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, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs. For Lot 2 only, CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position. Please refer to Attachment 2 How to Bid in the tender documents. 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 eEnablement@crowncommercial.gov.uk or call 0345 410 2222. The total duration of this framework is 51 months. This includes a non trading implementation period of 3 months. The length of the call off period is 48 months"
},
"where": {
"section": "VI.3"
}
},
{
"oldValue": {
"date": "2024-12-28"
},
"newValue": {
"date": "2024-11-19"
},
"where": {
"section": "IV.2.6"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-8425",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)",
"identifier": {
"legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)"
},
"address": {
"streetAddress": "9th Floor, The Capital Building, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3454102222",
"email": "ccsprintteam@crowncommercial.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/ccs",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"description": "Public Procurement"
}
]
}
},
{
"id": "GB-FTS-575",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"identifier": {
"legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3454102222",
"email": "ccsprintteam@crowncommercial.gov.uk",
"url": "https://crowncommercialservice.bravosolution.co.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody",
"mediationBody"
],
"details": {
"url": "https://www.gov.uk/ccs",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
},
"additionalContactPoints": [
{
"telephone": "+44 3454102222",
"email": "supplier@crowncommercial.gov.uk"
}
]
},
{
"id": "GB-FTS-38566",
"name": "See Contracts Finder Notice for full supplier list",
"identifier": {
"legalName": "See Contracts Finder Notice for full supplier list"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "supplier@crowncommercial.gov.uk",
"telephone": "+44 3454102222"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-5612",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)",
"identifier": {
"legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 345410222",
"email": "ccsprintteam@crowncommercial.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/ccs",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-575",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"language": "en",
"awards": [
{
"id": "036271-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-38566",
"name": "See Contracts Finder Notice for full supplier list"
}
]
},
{
"id": "036419-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-38566",
"name": "See Contracts Finder Notice for full supplier list"
}
]
},
{
"id": "008760-2025-1",
"relatedLots": [
"2"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-38566",
"name": "See Contracts Finder Notice for full supplier list"
}
]
}
],
"contracts": [
{
"id": "036271-2024-1",
"awardID": "036271-2024-1",
"status": "active",
"value": {
"amount": 19000000,
"currency": "GBP"
},
"dateSigned": "2024-10-15T00:00:00+01:00"
},
{
"id": "036419-2024-1",
"awardID": "036419-2024-1",
"status": "active",
"value": {
"amount": 190000000,
"currency": "GBP"
},
"dateSigned": "2024-10-15T00:00:00+01:00"
},
{
"id": "008760-2025-1",
"awardID": "008760-2025-1",
"status": "active",
"value": {
"amount": 740000000,
"currency": "GBP"
},
"dateSigned": "2025-02-14T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "4",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
},
{
"id": "8",
"measure": "bids",
"relatedLot": "2",
"value": 15
},
{
"id": "9",
"measure": "smeBids",
"relatedLot": "2",
"value": 9
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 15
}
]
}
}