Award

ICT - Supply of Multi-Functional Devices and Document Solutions, Digital Duplicators, and Print Room Equipment ref. HSY17035

ISLE OF WIGHT COUNCIL

This public procurement record has 4 releases in its history.

Award

16 Dec 2025 at 09:43

TenderUpdate

03 Dec 2025 at 15:56

Award

03 Dec 2025 at 15:51

Award

30 Apr 2024 at 13:29

Summary of the contracting process

The Isle of Wight Council has concluded the procurement process for the supply of Multi-Functional Devices and Document Solutions, including Digital Duplicators and Print Room Equipment. This tender falls under the 'Photocopying and offset printing equipment' category and was conducted by the regional authority with Ricoh UK Limited as the successful supplier. With a contract value of £1,187,263.29, the agreement is part of a limited procurement method, executed without a prior call for competition. The procurement status is complete, and the contract was signed on 16 December 2025, commencing from 01 February 2026 until 31 July 2027. The contract involves critical services and supplies with the aim to maintain consistency and avoid disruption during the period of Local Government Reorganisation.

The continuation of this contract under the Hampshire County Supplies Framework provides substantial opportunities for businesses specialising in printing and document solutions. Given the Council's reliance on Ricoh's bespoke 'Follow Me Print' solution, companies with expertise in compatible software, IT services, and local support services may find lucrative partnerships or subcontracting opportunities. The procurement method reflects the Council's strategic need for continuity, which suggests opportunities for businesses knowledgeable in long-term service provision and maintenance. This contract ensures that the transition between equipment providers does not incur excessive costs, thus supporting business growth for entities capable of sustaining regional support and maintenance operations.

How relevant is this notice?

Notice Information

Notice Title

ICT - Supply of Multi-Functional Devices and Document Solutions, Digital Duplicators, and Print Room Equipment ref. HSY17035

Notice Description

Supply of Multi-Functional Devices and Document Solutions, Digital Duplicators, and Print Room Equipment ref. HSY17035. Please note the contract is a mixture of both 'Supplies' and 'Services' although 'Supplies' was selected in point (II.1.3).

Lot Information

Lot 1

Please note that the VEAT notice - 2025/S 000-079456 (published 03 December 25 and concluded midnight on 15 December 25) relates also to the previous VEAT notice - 2024/S 000-013904 published on 30 April 2024. The intention is to set out clearly what our position has been and will be until 31 July 2027. The whole life cost set out here includes the values set out in the previous VEAT notice (which itself was a total of PS1,089,915.95) The publication of the recent VEAT notice started the standstill period which concluded at midnight on 15 December 2025. The intention is then to arrange contract signing for the start on 01 February 2026.

Options: Extensions as agreed by the Framework Owner (HCC)

Procurement Information

The original call off contract was awarded following a further competition under the Hampshire County Supplies Framework (Ref HSY17035) from July 2017 - 2020. A further 12m extension was taken, 7/21 and until 07/22 the Council continued to lease the machines on a monthly basis. In 7/22 - 4/24, the Council extended the contract under the framework for a further 2 yrs with no new devices. The original contract award notice and subsequent award notice were not published, and so a VEAT was published on 30 /4/24 to address this (ref 2024/S 000-013904). A further continuation of the call off contract will be put in place from 1/2/26 - 31/7/27. This is for a number of reasons: The public contract concerns the supply of goods, services, or works by the existing supplier which are intended as an extension to, or partial replacement of, existing goods, services, or works in circumstances where- (a) A change in supplier would result in the contracting authority receiving goods, services, or works that are different from, or incompatible with, the existing goods, services, or works. Specifically, moving to another provider would incur huge additional costs and require significant resources. The retention of the existing fleet of machines means that the service to IWC employees is retained with no gap & there will be no additional costs to the fleet, nor any onboarding costs or disruption of new machines, training requirements etc. If we were to re-tender at this point, all machines would need to be replaced with an implementation process to consider, additional licensing & configuration costs, re-training and a short timeframe in which to do it. There is a very real risk that there are not enough resources to re-tender at this stage. Additionally, retention of island-based 3rd party support and maintenance from Sandham Office Services. Retaining Ricoh as our supplier means that the Council will continue to have local support and maintenance as required with no gap in service. If this wasn't in place there would be risks associated with this element of service provision. (b) The difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance. Staying with the current provider ensures continuity and compatibility, allowing us the necessary time to make a decision on the future of the MFD contract longer term. This is especially key given the uncertainty around the Local Government Reorganisation (LGR) which won't be known until the end February 2026 at the earliest. The Council is therefore not keen to be tied into a long term contract whilst this is uncertain, which consequently means we know we wouldn't be receiving value for money with a shorter term period. The Council has invested in the 'Follow Me Print' solution which is bespoke to Ricoh. This means that staff can print in any Council location. If we had an alternative provider, this would need to be replaced which would have cost implications but also implications on the training of staff. This approach also supports the strategy to reduce printing which has an impact on the environment and supports the Council's wider Corporate Plan regarding Climate Change ("every decision we take will not only need to have regard to our climate change strategy but must also have regard to supporting, sustaining, and enhancing our biosphere status. based on existing usage and reports" p6, Corporate Plan). This further applies to not wishing to be in contract for any longer than 18 months so that the Council can review its requirements in view of the LGR, and with a view to reduce the fleet further if we re-tender in 2027. This relates to the previous VEAT ref 2024/S 000-013904 of 30/4/24. The intention is to set out clearly what our position has been and will be until 31 July 2027. Whole life cost includes the values set out in the previous VEAT notice-PS1,089,915.95. The Dec 25 VEAT started the standstill which concluded at midnight on 15/12/25.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-045621
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/083140-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

30 - Office and computing machinery, equipment and supplies except furniture and software packages

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

30120000 - Photocopying and offset printing equipment

48000000 - Software package and information systems

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£2,277,178 £1M-£10M

Notice Dates

Publication Date
16 Dec 20251 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
30 Jul 20178 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
ISLE OF WIGHT COUNCIL
Contact Name
Lucy Chandler, Mrs Lucy Chandler
Contact Email
lucy.chandler@iow.gov.uk
Contact Phone
+44 1983821000

Buyer Location

Locality
NEWPORT
Postcode
PO30 1UD
Post Town
Portsmouth
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ34 Isle of Wight
Delivery Location
TLJ34 Isle of Wight

Local Authority
Isle of Wight
Electoral Ward
Newport Central
Westminster Constituency
Isle of Wight West

Supplier Information

Number of Suppliers
1
Supplier Name

RICOH

Further Information

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-h6vhtk-045621-2025-12-16T09:43:49Z",
    "date": "2025-12-16T09:43:49Z",
    "ocid": "ocds-h6vhtk-045621",
    "initiationType": "tender",
    "tender": {
        "id": "DN276708",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "ICT - Supply of Multi-Functional Devices and Document Solutions, Digital Duplicators, and Print Room Equipment ref. HSY17035",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "30120000",
            "description": "Photocopying and offset printing equipment"
        },
        "mainProcurementCategory": "goods",
        "description": "Supply of Multi-Functional Devices and Document Solutions, Digital Duplicators, and Print Room Equipment ref. HSY17035. Please note the contract is a mixture of both 'Supplies' and 'Services' although 'Supplies' was selected in point (II.1.3).",
        "lots": [
            {
                "id": "1",
                "description": "Please note that the VEAT notice - 2025/S 000-079456 (published 03 December 25 and concluded midnight on 15 December 25) relates also to the previous VEAT notice - 2024/S 000-013904 published on 30 April 2024. The intention is to set out clearly what our position has been and will be until 31 July 2027. The whole life cost set out here includes the values set out in the previous VEAT notice (which itself was a total of PS1,089,915.95) The publication of the recent VEAT notice started the standstill period which concluded at midnight on 15 December 2025. The intention is then to arrange contract signing for the start on 01 February 2026.",
                "hasOptions": false,
                "options": {
                    "description": "Extensions as agreed by the Framework Owner (HCC)"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKJ34"
                    },
                    {
                        "region": "UKJ34"
                    },
                    {
                        "region": "UKJ34"
                    }
                ],
                "relatedLot": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ]
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "id": "D_OUTSIDE_SCOPE",
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "The original call off contract was awarded following a further competition under the Hampshire County Supplies Framework (Ref HSY17035) from July 2017 - 2020. A further 12m extension was taken, 7/21 and until 07/22 the Council continued to lease the machines on a monthly basis. In 7/22 - 4/24, the Council extended the contract under the framework for a further 2 yrs with no new devices. The original contract award notice and subsequent award notice were not published, and so a VEAT was published on 30 /4/24 to address this (ref 2024/S 000-013904). A further continuation of the call off contract will be put in place from 1/2/26 - 31/7/27. This is for a number of reasons: The public contract concerns the supply of goods, services, or works by the existing supplier which are intended as an extension to, or partial replacement of, existing goods, services, or works in circumstances where- (a) A change in supplier would result in the contracting authority receiving goods, services, or works that are different from, or incompatible with, the existing goods, services, or works. Specifically, moving to another provider would incur huge additional costs and require significant resources. The retention of the existing fleet of machines means that the service to IWC employees is retained with no gap & there will be no additional costs to the fleet, nor any onboarding costs or disruption of new machines, training requirements etc. If we were to re-tender at this point, all machines would need to be replaced with an implementation process to consider, additional licensing & configuration costs, re-training and a short timeframe in which to do it. There is a very real risk that there are not enough resources to re-tender at this stage. Additionally, retention of island-based 3rd party support and maintenance from Sandham Office Services. Retaining Ricoh as our supplier means that the Council will continue to have local support and maintenance as required with no gap in service. If this wasn't in place there would be risks associated with this element of service provision. (b) The difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance. Staying with the current provider ensures continuity and compatibility, allowing us the necessary time to make a decision on the future of the MFD contract longer term. This is especially key given the uncertainty around the Local Government Reorganisation (LGR) which won't be known until the end February 2026 at the earliest. The Council is therefore not keen to be tied into a long term contract whilst this is uncertain, which consequently means we know we wouldn't be receiving value for money with a shorter term period. The Council has invested in the 'Follow Me Print' solution which is bespoke to Ricoh. This means that staff can print in any Council location. If we had an alternative provider, this would need to be replaced which would have cost implications but also implications on the training of staff. This approach also supports the strategy to reduce printing which has an impact on the environment and supports the Council's wider Corporate Plan regarding Climate Change (\"every decision we take will not only need to have regard to our climate change strategy but must also have regard to supporting, sustaining, and enhancing our biosphere status. based on existing usage and reports\" p6, Corporate Plan). This further applies to not wishing to be in contract for any longer than 18 months so that the Council can review its requirements in view of the LGR, and with a view to reduce the fleet further if we re-tender in 2027. This relates to the previous VEAT ref 2024/S 000-013904 of 30/4/24. The intention is to set out clearly what our position has been and will be until 31 July 2027. Whole life cost includes the values set out in the previous VEAT notice-PS1,089,915.95. The Dec 25 VEAT started the standstill which concluded at midnight on 15/12/25.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "Please note that this relates to the previous VEAT notice ref 2024/S 000-013904 published on 30 April 2024. The intention is to set out clearly what our position has been and will be until 31 July 2027. The whole life cost set out here includes the values set out in the previous VEAT notice (which was a total of PS1,089,915.95)"
                        },
                        "newValue": {
                            "text": "Please note that this relates to the previous VEAT notice ref 2024/S 000-013904 published on 30 April 2024. The intention is to set out clearly what our position has been and will be until 31 July 2027. The whole life cost set out here includes the values set out in the previous VEAT notice (which was a total of PS1,089,915.95). The publication of the VEAT notice will start the standstill period which will conclude at midnight on 15 December 2025. The intention is then to arrange contract signing for the start on 01 February 2026."
                        },
                        "where": {
                            "section": "II.2.14",
                            "label": "Underneath Additional Information"
                        }
                    }
                ]
            }
        ]
    },
    "awards": [
        {
            "id": "013904-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-112436",
                    "name": "Ricoh UK Limited"
                }
            ]
        },
        {
            "id": "079456-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-112436",
                    "name": "Ricoh UK Limited"
                }
            ]
        },
        {
            "id": "083140-2025-1",
            "relatedLots": [
                "1"
            ],
            "title": "ICT - Supply of Multi-Functional Devices and Document Solutions, Digital Duplicators, and Print Room Equipment ref. HSY17035",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-112436",
                    "name": "Ricoh UK Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-67",
            "name": "Isle of Wight Council",
            "identifier": {
                "legalName": "Isle of Wight Council"
            },
            "address": {
                "streetAddress": "County Hall, High Street",
                "locality": "Newport",
                "region": "UKJ34",
                "postalCode": "PO30 1UD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mrs Lucy Chandler",
                "telephone": "+44 1983821000",
                "email": "lucy.chandler@iow.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.iow.gov.uk",
                "buyerProfile": "http://www.iow.gov.uk",
                "classifications": [
                    {
                        "id": "REGIONAL_AUTHORITY",
                        "scheme": "TED_CA_TYPE",
                        "description": "Regional or local authority"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-112436",
            "name": "Ricoh UK Limited",
            "identifier": {
                "legalName": "Ricoh UK Limited",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "900 Pavilion Drive, Northampton Business Park",
                "locality": "Northampton",
                "region": "UKJ34",
                "postalCode": "NN4 7RG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "https://www.iow.gov.uk"
            }
        },
        {
            "id": "GB-FTS-66",
            "name": "The High Court of England and Wales",
            "identifier": {
                "legalName": "The High Court of England and Wales"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-169305",
            "name": "Isle of Wight Council",
            "identifier": {
                "legalName": "Isle of Wight Council",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "County Hall",
                "locality": "Newport",
                "region": "UKJ34",
                "postalCode": "PO301UD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Lucy Chandler",
                "email": "lucy.chandler@iow.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.iow.gov.uk",
                "classifications": [
                    {
                        "id": "REGIONAL_AUTHORITY",
                        "scheme": "TED_CA_TYPE",
                        "description": "Regional or local authority"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "description": "General public services"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-169305",
        "name": "Isle of Wight Council"
    },
    "contracts": [
        {
            "id": "013904-2024-1",
            "awardID": "013904-2024-1",
            "status": "active",
            "value": {
                "amount": 1089915.95,
                "currency": "GBP"
            },
            "dateSigned": "2017-07-31T00:00:00+01:00"
        },
        {
            "id": "079456-2025-1",
            "awardID": "079456-2025-1",
            "status": "active",
            "value": {
                "amount": 1187263.29,
                "currency": "GBP"
            },
            "dateSigned": "2025-12-03T00:00:00Z"
        },
        {
            "id": "083140-2025-1",
            "awardID": "083140-2025-1",
            "title": "ICT - Supply of Multi-Functional Devices and Document Solutions, Digital Duplicators, and Print Room Equipment ref. HSY17035",
            "status": "active",
            "value": {
                "amount": 1187263.29,
                "currency": "GBP"
            },
            "dateSigned": "2025-12-16T00:00:00Z"
        }
    ],
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}