Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 429232-2016

Display compact view

06/12/2016    S235

United Kingdom-Liverpool: Printing and related services

2016/S 235-429232

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: The Minister for the Cabinet Office acting through Crown Commercial Service
Postal address: 9th Floor The Capital Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.ukeenablement@crowncommercial.gov.uk
Telephone: +44 3450103503

Internet address(es):

General address of the contracting authority: http://www.gov.uk/ccs

Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
General public services
Other: public procurement
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
RM3781 — Multifunctional Devices, Managed Print and Content Services and Records and Information Management — Lot 2 Multifunctional Devices and Print Management Software and Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Primarily in the UK with some limited requirement Overseas.

NUTS code UK UNITED KINGDOM

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s)
The scope of this Lot 2 Multifunctional Devices and Print Management Software and Services is for the provision of a catalogued range of new digital and remanufactured digital Equipment ranging from entry level, standalone, single function desktop printers (only where balanced deployment is required) through to fully networked Print Room Equipment along with the required Software options to support Contracting Authorities page output, document workflow and relevant business process requirements.
Potential Providers for lot 2 shall be able to provide all of the following services and requirements:
— Mono, colour and colour-capable MFDs, digital copiers, mono and colour network printers and Print Room Devices, including A0 Wide Format and 3D Devices, all with standard network interfaces.
— Print Room services, including web based client job submission, electronic job ticketing, and visual cost indication for Users, email job status feedback, print finishing options, online and offline, document clean up Software, further defined Service Level Agreement to reflect critical nature of Devices.
— All the above Devices utilised within an Enhanced Service provision, where required, including Software options to enable process improvements and cost efficiencies such as, cloud based mobile printing, inbound mail and hybrid mail.
— Software to enable product management e.g. remote diagnostics.
— Push and pull printing Software.
— Functionality to enable email to print and web to print.
— Options, including paper storage/feed, finishing, print controller/RIP, memory, PostScript, hard disks, fax etc. Duplex is shall be provided as standard for all but the slowest Devices.
— Consumables including toner staples, and Customer Replaceable Units (CRU).
— Auditing Software for print management/accounting, print routing / load balancing, email notification, scanning Software with optical character recognition (OCR).
— Enabling document management/archiving tools which ensure seamless integration into contracting authorities' existing document management software platforms.
— Maintenance and support, including training (on and off-site).
— Surveys/Print Assessments — essentially fact-finding and verification of existing Equipment/estate, networks, principal flows and page output, ideally with vendor neutral analysis and further recommendations / proposals to the Contracting Authorities (typically provided following award of the Call Off Contract).
— Finance options offering Contracting Authorities flexibility relating to the payment configuration, including lease, rental offerings, asset management, and cost per copy/page.
The Lot 2 Framework Agreement will expire on 26.10.2020. The maximum Call Off Contract period is for five (5) years (60 months) for non-Print Room Equipment and seven (7) years (84 months) for Print Room Equipment.
II.1.5)Common procurement vocabulary (CPV)

79800000 Printing and related services, 30100000 Office machinery, equipment and supplies except computers, printers and furniture, 30121100 Photocopiers, 30121200 Photocopying equipment, 30121300 Reproduction equipment, 30123000 Office and business machines, 30125000 Parts and accessories of photocopying apparatus, 30192400 Reprographic supplies, 50310000 Maintenance and repair of office machinery, 50313000 Maintenance and repair of reprographic machinery, 50313100 Photocopier repair services, 50313200 Photocopier maintenance services, 79521000 Photocopying services, 79810000 Printing services, 79811000 Digital printing services, 79820000 Services related to printing, 79821000 Print finishing services

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 260 000 000 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Quality. Weighting 50
2. Price. Weighting 50
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
RM3781
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2015/S 241-437566 of 12.12.2015

Contract notice

Notice number in the OJEU: 2016/S 151-274459 of 6.8.2016

Section V: Award of contract

Contract No: 1. RM3781 Lot No: 2 - Lot title: Multifunctional Devices and Print Management Software and Services
V.1)Date of contract award decision:
29.11.2016
V.2)Information about offers
Number of offers received: 10
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Official name: Canon (UK) Ltd
Postal address: Cockshot Hill, Woodhatch, Surrey
Town: Reigate
Postal code: RH2 8BF
Country: United Kingdom
E-mail: tender_team@cuk.canon.co.uk
Telephone: +44 01737220000
Fax: +44 01737220022
Internet address: http://www.canon.co.uk

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 260 000 000 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Contract No: 2. RM3781 Lot No: 2 - Lot title: Multifunctional Devices and Print Management Software and Services
V.1)Date of contract award decision:
29.11.2016
V.2)Information about offers
Number of offers received: 10
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Official name: Capita Business Services Ltd
Postal address: 71 Victoria Street
Town: London
Postal code: SW1H 0XA
Country: United Kingdom
E-mail: engagewithus@capita.co.uk
Telephone: +44 02077991525
Internet address: http://www.capita.com

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 260 000 000 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Contract No: 3. RM3781 Lot No: 2 - Lot title: Multifunctional Devices and Print Management Software and Services
V.1)Date of contract award decision:
29.11.2016
V.2)Information about offers
Number of offers received: 10
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Official name: Konica Minolta Business Solutions (UK) Ltd
Postal address: Konica House, Miles Gray Road, Essex
Town: Basildon
Postal code: SS14 3AR
Country: United Kingdom
E-mail: bidsandtenders@konicaminolta.co.uk
Telephone: +44 01268534444
Fax: +44 01268644344
Internet address: http://-www.konicaminolta.co.uk

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 260 000 000 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Contract No: 4. RM3781 Lot No: 2 - Lot title: Multifunctional Devices and Print Management Software and Services
V.1)Date of contract award decision:
29.11.2016
V.2)Information about offers
Number of offers received: 10
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Official name: Ricoh UK Ltd
Postal address: 800 Pavillion Drive, Northampton Business Park
Town: Northampton
Postal code: NN14 7YL
Country: United Kingdom
E-mail: ukinfo@ricoh.co.uk
Telephone: +44 01604814900
Internet address: http://www.ricoh.co.uk

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 260 000 000 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Contract No: 5. RM3781 Lot No: 2 - Lot title: Multifunctional Devices and Print Management Software and Services
V.1)Date of contract award decision:
29.11.2016
V.2)Information about offers
Number of offers received: 10
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Official name: Specialist Computer Centres Plc
Postal address: James House, Warwick Road, Tyseley
Town: Birmingham
Postal code: B11 2LE
Country: United Kingdom
E-mail: frameworksales@scc.com
Telephone: +44 01217667000
Fax: +44 01217662501
Internet address: http://www.scc.com

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 260 000 000 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Contract No: 6. RM3781 Lot No: 2 - Lot title: Multifunctional Devices and Print Management Software and Services
V.1)Date of contract award decision:
29.11.2016
V.2)Information about offers
Number of offers received: 10
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Official name: Vision (Office Automation) Limited
Postal address: Caxton house, Watermark Way, Hertfordshire
Town: Hertford
Postal code: SG13 7TZ
Country: United Kingdom
E-mail: bids@visionplc.co.uk
Telephone: +44 08449808700
Fax: +44 01992509666
Internet address: http://www.visionplc.co.uk

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 260 000 000 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Contract No: 7. RM3781 Lot No: 2 - Lot title: Multifunctional Devices and Print Management Software and Services
V.1)Date of contract award decision:
29.11.2016
V.2)Information about offers
Number of offers received: 10
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Official name: Xerox (UK) Ltd
Postal address: Bridge House, Oxford Road, Middlesex
Town: Uxbridge
Postal code: UB8 1HS
Country: United Kingdom
E-mail: UXB.BidTeam@xerox.com
Telephone: +44 01895251133
Fax: +44 01895843444
Internet address: http://www.xerox.co.uk

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 260 000 000 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Contract No: 8. RM3781 Lot No: 2 - Lot title: Multifunctional Devices and Print Management Software and Services
V.1)Date of contract award decision:
29.11.2016
V.2)Information about offers
Number of offers received: 10
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Official name: Kyocera Document Solutions (UK) Ltd
Postal address: Eldon Court, 75-77 London Road
Town: Reading
Postal code: RG1 5BS
Country: United Kingdom
Telephone: +44 01189311500

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 260 000 000 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Contract No: 9. RM3781 Lot No: 2 - Lot title: Multifunctional Devices and Print Management Software and Services
V.1)Date of contract award decision:
29.11.2016
V.2)Information about offers
Number of offers received: 10
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Official name: XMA Ltd
Postal address: Unit 44, Wilford Industrial Estate, Ruddington Lane
Town: Nottingham
Postal code: NG11 7EP
Country: United Kingdom
E-mail: bidteam@xma.co.uk
Telephone: +44 01158464000
Internet address: http://www.xma.co.uk/

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 260 000 000 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
The following information has been captured in accordance with the requirements of Regulation 50 of the Public Contracts Regulations 2015:
The authority received a total of 10 tenders in response to lot 2 of this procurement, all of which were received electronically via the Authority's e-Sourcing Suite.
The authority did not receive any tenders from economic operators.
They authority received one (1) tender from a Small and Medium Enterprise (SMEs).
The authority did not receive tenders from non-EU States or other EU Member States.
This Framework Agreement commenced on 30.11.2016 and the Framework Agreement will conclude on 26.10.2020.
The NUTS Code(s) for Canon UK Ltd, Capita Business Services Ltd, Konica Minolta Business Solutions (UK) Ltd, Kyocera Document Solutions (UK) Ltd, Ricoh UK Ltd, Specialist Computer Centres Plc, Vision (Office Automation) Limited, Xerox (UK) Ltd and XMA Ltd is the UK.
None of the above Suppliers are Small Medium Enterprises (SME's).
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
2.12.2016