Notice Information
Notice Title
Multi Functional Devices and Digital Solutions
Notice Description
The Framework covers the provision of a full range of Multi-functional Devices and Digital Solutions including, but not limited to, Leased and Purchased Multi-functional Devices and Digital Solutions, Digital Solutions and Associated Services, Leased and Purchased Inkjet Printers. The Framework has been split into three (3) Lots which allows Customers a choice of how best to approach the market. As product ranges increase with technological advances, it is anticipated that any future innovative goods/services will be made available as part of the Framework.
Lot Information
Leased and Purchased Multi-functional Devices and Digital Solutions
Lot 1 covers the provision of multi-functional Devices and digital solutions, to include both A4 and A4/A3 networked and standalone multi-functional Devices, printers, high volume print room Devices and wide format printers, all with the option of CPC maintenance. Equipment in this Lot may be procured as a direct purchase or via a Lease agreement. In addition to the standard Manufacturer's warranty, maintenance options must be available for all products. Digital Solutions requirements can include, but will not be limited to, a range of Equipment, Software and services (including on-going maintenance, support and managed print) to help control, manage and measure the effectiveness of the print environment. This can include output surveys to establish existing output trends and costs, print job accounting, Device management, departmental chargeback, confidential printing, job routing based on most efficient use of Devices, scanning with optical character recognition, greater efficiencies through the reduction of waste and uncollected jobs, rules-based printing.
Digital Solutions and Associated ServicesDigital Solutions includes the use of digital technologies to create new, or modify existing, business processes, culture, and Customer experiences to meet changing Customer needs and requirements. We are seeking Suppliers who, in complement to their offering of multi-functional Devices, can provide digital solutions to enable Customers to transform and improve operating processes by way of multiple solutions with the Supplier of their choice. Individual opportunities will need to be tailored to meet the Customer's requirement to improve efficiency, provide an agile and reliable solution that will transform and meet their business objectives. This Lot supports both the Supplier and Customer/Member Authority in identifying and developing strategic relationships and whole life costs, that will provide benefits through the ability to have a single lead Supplier relationship.
Inkjet PrintersThis Lot covers the supply of heatless inkjet printers designed for energy efficiency, high-quality output, and reduced environmental impact. Printers must utilise heatless technology to minimise power consumption and improve sustainability.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-066388
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/020116-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- 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
48 - Software package and information systems
50 - Repair and maintenance services
66 - Financial and insurance services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
30120000 - Photocopying and offset printing equipment
30121100 - Photocopiers
30121200 - Photocopying equipment
30121300 - Reproduction equipment
30121400 - Duplicating machines
30124500 - Scanner accessories
30125000 - Parts and accessories of photocopying apparatus
30190000 - Various office equipment and supplies
30232100 - Printers and plotters
30232110 - Laser printers
48311000 - Document management software package
48313000 - Optical-character-recognition (OCR) software package
48317000 - Word-processing software package
50313100 - Photocopier repair services
50313200 - Photocopier maintenance services
66114000 - Financial leasing services
72000000 - IT services: consulting, software development, Internet and support
72200000 - Software programming and consultancy services
72212311 - Document management software development services
72220000 - Systems and technical consultancy services
72263000 - Software implementation services
72267100 - Maintenance of information technology software
72400000 - Internet services
72500000 - Computer-related services
72600000 - Computer support and consultancy services
79520000 - Reprographic services
79521000 - Photocopying services
Notice Value(s)
- Tender Value
- £750,000,000 £100M-£1B
- Lots Value
- £750,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Mar 20261 weeks ago
- Submission Deadline
- 8 Apr 20264 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 May 2026 - 31 May 2030 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- KENT COUNTY COUNCIL (T/A PROCUREMENT SERVICES)
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- WEST MALLING, KENT
- Postcode
- ME19 4YT
- Post Town
- Rochester
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ4 Kent
- Small Region (ITL 3)
- TLJ46 West Kent
- Delivery Location
- Not specified
-
- Local Authority
- Tonbridge and Malling
- Electoral Ward
- Kings Hill
- Westminster Constituency
- Maidstone and Malling
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/020116-2026
5th March 2026 - Tender notice on Find a Tender
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-066388-2026-03-05T16:36:25Z",
"date": "2026-03-05T16:36:25Z",
"ocid": "ocds-h6vhtk-066388",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PYCX-4938-CCHM",
"name": "Kent County Council (t/a Procurement Services)",
"identifier": {
"scheme": "GB-PPON",
"id": "PYCX-4938-CCHM"
},
"address": {
"streetAddress": "1 Abbey Wood Road",
"locality": "West Malling, Kent",
"postalCode": "ME19 4YT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ46"
},
"contactPoint": {
"name": "Julie Cripps",
"email": "office@csltd.org.uk",
"telephone": "01622 942833"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PYCX-4938-CCHM",
"name": "Kent County Council (t/a Procurement Services)"
},
"tender": {
"id": "Y26009",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Multi Functional Devices and Digital Solutions",
"description": "The Framework covers the provision of a full range of Multi-functional Devices and Digital Solutions including, but not limited to, Leased and Purchased Multi-functional Devices and Digital Solutions, Digital Solutions and Associated Services, Leased and Purchased Inkjet Printers. The Framework has been split into three (3) Lots which allows Customers a choice of how best to approach the market. As product ranges increase with technological advances, it is anticipated that any future innovative goods/services will be made available as part of the Framework.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30120000",
"description": "Photocopying and offset printing equipment"
},
{
"scheme": "CPV",
"id": "30121100",
"description": "Photocopiers"
},
{
"scheme": "CPV",
"id": "30121200",
"description": "Photocopying equipment"
},
{
"scheme": "CPV",
"id": "30121300",
"description": "Reproduction equipment"
},
{
"scheme": "CPV",
"id": "30121400",
"description": "Duplicating machines"
},
{
"scheme": "CPV",
"id": "30124500",
"description": "Scanner accessories"
},
{
"scheme": "CPV",
"id": "30125000",
"description": "Parts and accessories of photocopying apparatus"
},
{
"scheme": "CPV",
"id": "30190000",
"description": "Various office equipment and supplies"
},
{
"scheme": "CPV",
"id": "48311000",
"description": "Document management software package"
},
{
"scheme": "CPV",
"id": "48317000",
"description": "Word-processing software package"
},
{
"scheme": "CPV",
"id": "50313100",
"description": "Photocopier repair services"
},
{
"scheme": "CPV",
"id": "50313200",
"description": "Photocopier maintenance services"
},
{
"scheme": "CPV",
"id": "66114000",
"description": "Financial leasing services"
},
{
"scheme": "CPV",
"id": "72212311",
"description": "Document management software development services"
},
{
"scheme": "CPV",
"id": "72267100",
"description": "Maintenance of information technology software"
},
{
"scheme": "CPV",
"id": "79520000",
"description": "Reprographic services"
},
{
"scheme": "CPV",
"id": "79521000",
"description": "Photocopying services"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48311000",
"description": "Document management software package"
},
{
"scheme": "CPV",
"id": "48313000",
"description": "Optical-character-recognition (OCR) software package"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "72200000",
"description": "Software programming and consultancy services"
},
{
"scheme": "CPV",
"id": "72212311",
"description": "Document management software development services"
},
{
"scheme": "CPV",
"id": "72220000",
"description": "Systems and technical consultancy services"
},
{
"scheme": "CPV",
"id": "72263000",
"description": "Software implementation services"
},
{
"scheme": "CPV",
"id": "72267100",
"description": "Maintenance of information technology software"
},
{
"scheme": "CPV",
"id": "72400000",
"description": "Internet services"
},
{
"scheme": "CPV",
"id": "72500000",
"description": "Computer-related services"
},
{
"scheme": "CPV",
"id": "72600000",
"description": "Computer support and consultancy services"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30121300",
"description": "Reproduction equipment"
},
{
"scheme": "CPV",
"id": "30232100",
"description": "Printers and plotters"
},
{
"scheme": "CPV",
"id": "30232110",
"description": "Laser printers"
},
{
"scheme": "CPV",
"id": "72212311",
"description": "Document management software development services"
}
],
"relatedLot": "3"
}
],
"value": {
"amountGross": 900000000,
"amount": 750000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"participationFees": [
{
"id": "ocds-h6vhtk-066388",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.04,
"monetaryValue": "award"
},
"description": "A Framework Management Fee (FMF) of 1% applies on total spend under this Framework and any Call-Off Contracts placed by all Contracting Authorities, and is to be declared quarterly. For Call-Off Contracts placed by named Member Authorities, the following FMFs apply and will be declared quarterly: Hampshire County Council - 4% Hertfordshire County Council - 3%"
}
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withAndWithoutReopeningCompetition",
"type": "open",
"buyerCategories": "This Framework is for use by Customers in the United Kingdom, British Overseas Territories, and Crown Dependencies which fall into one or more of the following categories: *Ministerial government departments *Non ministerial government departments *Executive agencies of government *Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs *Assembly Sponsored Public Bodies (ASPBs) *Police forces *Fire and rescue services *Ambulance services *Maritime and coastguard agency services *NHS bodies *Educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities *Hospices *National Parks *Housing associations, including registered social landlords *Third sector and charities *Citizens advice bodies *Councils,",
"description": "Call-Off Contracts may be awarded using any one of the following methods outlined below. 1.Direct Award (Award Without Competitive Selection) 2.Rapid Request for Quote (Rapid RFQ) 3.Further Competition The ultimate responsibility for selecting the most appropriate and compliant route for a specific requirement rests with the Customer. The onus will be on the Customer to carry out their own due diligence before selecting which method to use. The Customer will determine the requirement, specification and award, based on the Most Advantageous Tender (MAT) Direct Award (award without a competitive selection): This Framework permits Direct Award, defined under the Procurement Act 2023 as awarding a Call-Off Contract without conducting a new competitive selection procedure. A Direct Award may only be used where the Customer can identify the Most Advantageous Tender (MAT) using only the information and scores submitted at Framework award, without requesting any new pricing, clarification, or qualitative information from Suppliers. Permitted Direct Award Methods Customers may use any of the following objective, pre-published Direct Award methods. The Customer must choose one method before reviewing Supplier capability for their requirement. 1. Overall Framework Ranking by Lot (Quality + Price Combined Score) The Customer awards the Call-Off Contract to the Supplier ranked highest overall at Framework award. If the highest-ranked Supplier cannot meet the requirement, the Customer must document the reason and move sequentially to the next ranked Supplier. We anticipate this to be the default Direct Award method. 2. Highest Total Quality Score by Lot The Customer may award to the Supplier that achieved the highest total quality score for each Lot during Framework evaluation, where quality is the Customer's primary consideration. 3. Lowest Overall Price/Highest Commercial Advantage by Lot Award to the Supplier offering the lowest evaluated (basket of goods) Framework Price as submitted in Annex H. This method: *must use the original evaluated Pricing Schedule *must not use catalogue pricing or non-evaluated price lists *must not request revised or updated pricing If new pricing is required, this method is not suitable and Customers must choose another method. 4. Highest Score in a Specific Evaluation Question by Lot Award to the Supplier with the highest score in a specific Framework evaluation question that directly relates to the Customer's requirement. This method may only be used where: *the question formed part of the Framework quality evaluation *scoring was completed by the Contracting Authority 5. Partial-Service Selection (Specific Services from the Pricing Schedule) by Lot Where a Customer requires only a subset of the services available under the Framework, a Direct Award may be made using the original per-service Prices (basket of goods) submitted at Framework award. A Customer may compare only the relevant per-service Prices and award to the Supplier whose evaluated per-service prices represent the Most Advantageous Tender. This method is only permitted where: *All prices used are from the original evaluated Pricing Schedule *No new or updated pricing is requested *The comparison is applied consistently and objectively *No new weighting or qualitative assessment is introduced Catalogue pricing or non-evaluated price lists cannot be used to determine MAT. Where new pricing or new information is required, the Customer must conduct a competitive call-off selection process. Requirements for Direct Award Customers should retain an auditable record setting out: *the Direct Award method selected; *the objective rationale for that method; *the comparison or ranking used; *(if applicable) why a higher-ranked Supplier could not meet the requirement. Customers must not: *request revised or updated pricing *request new qualitative information *introduce new award criteria Transition to competitive call-off selection process If the Customer cannot objectively determine the MAT using only Framework-award information (e.g., new pricing is required, new service models are proposed, or qualitative responses are needed), the Customer must run a competitive call-off selection process. Competitive Call Off Selection Process: Rapid RFQ This is a streamlined, competitive process that allows for Customer judgment on essential requirements, with price being the ultimate decider. It's perfect for when you have specific, non-negotiable needs. How to run a Rapid RFQ: *Optional EOI - This is where the Customer sends out an EOI to all awarded Framework Suppliers for the Lot and only takes forward those who respond to the EOI. *Define Pass/Fail Criteria: The Customer defines their need by identifying a few essential, non-negotiable requirements. These are not for scoring; they are simple \"Yes/No\" gates. oExample: \"We need a cloud engineer who 1) holds an active AWS Solutions Architect certification (Pass/Fail) and 2) can be on-site in Exeter within 48 hours (Pass/Fail).\" *Issue Rapid RFQ. The Customer sends this simple request to all capable Suppliers on the Framework, setting a short, fixed deadline (this is not a defined duration. Where Suppliers have provided a full price book the Customer may use this to price their RFQ. *Suppliers submit simple bids: Suppliers respond with two things only: oConfirmation and evidence that they meet the Pass/Fail criteria. oTheir price for the work. (unless Customers are using the price book) *Customer applies judgment (compliantly): The Customer evaluates the responses. This is the judgment step. They assess the evidence and decide \"Yes\" or \"No\" for each Supplier against the Pass/Fail criteria. *Award to the Most Advantageous Tender Compliant Supplier: From the pool of Suppliers who passed all the essential checks, the Call-Off Contract is awarded to the one who submitted the Most Advantageous Tender as determined by the Customer. *Best For: Requirements needing a specific, verifiable skill, where price is the deciding factor after that essential need is met. Further Competition (competitive selection process): A Further Competition process is used where Customers carry out a competition for the award of a Call-Off Contract. How to run a Further Competition: *The Customer must invite all Suppliers on the Framework who are deemed capable of delivering the particular requirement. *The Customer shall be responsible for formulating a specification/product brief containing full details of the goods/services required. *The Customer will send the specification/product brief to all Suppliers quoting the Framework reference number. A reasonable and proportionate time limit should be set for the submission of fully completed Bid responses. *Responses received must be unopened until the designated closing date and time for final submissions has passed. Responses received after the specified date and time should be rejected unopened. *The submitted response shall be evaluated in accordance with the criteria stated in the original specification/product brief. The headline criteria used must be the same as the headline criteria used for the original Framework or part thereof, but the Customer may change the weightings and add their own sub-criteria to apply. *The Bidders must be advised of the result in writing. Customers are not required to provide Suppliers with an assessment summary however, they are encouraged to do so as a matter of best practice. *A voluntary standstill period of no less than 8 working days beginning with the day on which the contract ward notice is published must be completed before entering into the Call-Off Contract Best For: Complex projects, high-value Call-Off Contracts, and any situation where the quality of the solution is a critical factor."
}
},
"submissionMethodDetails": "https://csg.delta-esourcing.com/respond/NCPE2RG396",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-04-08T17:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-05-12T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"title": "Leased and Purchased Multi-functional Devices and Digital Solutions",
"description": "Lot 1 covers the provision of multi-functional Devices and digital solutions, to include both A4 and A4/A3 networked and standalone multi-functional Devices, printers, high volume print room Devices and wide format printers, all with the option of CPC maintenance. Equipment in this Lot may be procured as a direct purchase or via a Lease agreement. In addition to the standard Manufacturer's warranty, maintenance options must be available for all products. Digital Solutions requirements can include, but will not be limited to, a range of Equipment, Software and services (including on-going maintenance, support and managed print) to help control, manage and measure the effectiveness of the print environment. This can include output surveys to establish existing output trends and costs, print job accounting, Device management, departmental chargeback, confidential printing, job routing based on most efficient use of Devices, scanning with optical character recognition, greater efficiencies through the reduction of waste and uncollected jobs, rules-based printing.",
"status": "active",
"value": {
"amountGross": 420000000,
"amount": 350000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-06-01T00:00:00+01:00",
"endDate": "2030-05-31T23:59:59+01:00"
}
},
{
"id": "2",
"title": "Digital Solutions and Associated Services",
"description": "Digital Solutions includes the use of digital technologies to create new, or modify existing, business processes, culture, and Customer experiences to meet changing Customer needs and requirements. We are seeking Suppliers who, in complement to their offering of multi-functional Devices, can provide digital solutions to enable Customers to transform and improve operating processes by way of multiple solutions with the Supplier of their choice. Individual opportunities will need to be tailored to meet the Customer's requirement to improve efficiency, provide an agile and reliable solution that will transform and meet their business objectives. This Lot supports both the Supplier and Customer/Member Authority in identifying and developing strategic relationships and whole life costs, that will provide benefits through the ability to have a single lead Supplier relationship.",
"status": "active",
"value": {
"amountGross": 300000000,
"amount": 250000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-06-01T00:00:00+01:00",
"endDate": "2030-05-31T23:59:59+01:00"
}
},
{
"id": "3",
"title": "Inkjet Printers",
"description": "This Lot covers the supply of heatless inkjet printers designed for energy efficiency, high-quality output, and reduced environmental impact. Printers must utilise heatless technology to minimise power consumption and improve sustainability.",
"status": "active",
"value": {
"amountGross": 180000000,
"amount": 150000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-06-01T00:00:00+01:00",
"endDate": "2030-05-31T23:59:59+01:00"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "020116-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/020116-2026",
"datePublished": "2026-03-05T16:36:25Z",
"format": "text/html"
}
]
},
"language": "en"
}