Contract for Managed Print Services (Defra)
Defra – UnITy Programme – Managed Print Services.
United Kingdom-London: Printing services
2017/S 005-006813
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
17 Nobel House
London
SW1P 3JR
United Kingdom
Contact person: Jeffrey Bunting
Telephone: +44 7760474155
E-mail: Jeff.Bunting@environment-agency.gov.uk
NUTS code: UK
Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Defra – UnITy Programme – Managed Print Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This contract is for the delivery of Managed Print Services. The contract will replace existing managed print services which are delivered by 2 separate service suppliers to the Environment Agency and Defra. The contract is for the provision of multi-functional printing devices, the maintenance of those devices and services which allow end users to print, fax and scan using those devices. The initial recipients of the services will be the Core Defra group (Defra, Natural England, The Environment Agency, The Rural Payments Agency, Marine Management Organisation and The Animal and Plant Health Agency). Other organisations in the Defra Group may opt to receive services during the term of the contract. The services will be provided in the service recipients’ offices in the UK.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
371 sites in England.
II.2.4)Description of the procurement:
The Managed Print Service will be provided to Defra and other organisations in the Core Defra Group (Natural England, The Environment Agency, The Rural Payments Agency, Marine Management Organisation and The Animal and Plant Health Agency). The following Defra Group organisations may opt to receive services during the term of the contract:
— Forestry Commission;
— The Water Services Regulation Authority;
— Centre for Environment, Fisheries and Aquaculture Science;
— Veterinary Medicines Directorate;
— Agriculture and Horticulture Development Board;
— Board of Trustees of the Royal Botanic Gardens Kew;
— Consumer Council for Water;
— Joint Nature Conservation Committee;
— North York Moors National Park Authority;
— Northumberland National Park Authority;
— Peak District National Park Authority;
— South Downs National Park Authority;
— UK Coordinating Body;
— Yorkshire Dales National Park Authority;
— National Forest Company;
— Sea Fish Industry Authority;
— Advisory Committee on Releases to the Environment;
— Independent Agricultural Appeals Panel;
— Science Advisory Council;
— Veterinary Products Committee;
— Plant Varieties and Seeds Tribunal;
— Broads Authority;
— Covent Garden Market Authority;
— Dartmoor National Park Authority;
— Drinking Water Inspectorate;
— Exmoor National Park Authority;
— Lake District National Park Authority;
— New Forest National Park Authority.
The supplier will be required to provide the following:
— Multi-functional devices (including photocopying, scanning and faxing);
— Print-only devices;
— Large format printers; and
— Specialist printing to media other than paper.
The current contracts deliver services to both Defra and the Environment Agency across 371 sites in the UK, of which 161 are offices, 131 stores or depots and the remainder a mixture of low print-useage facilities. Currently print volumes across the two providers are in the region of 3 400 000 black and white sheets per month and 1 900 000 colour sheets per month but the expectation is that these figures will reduce during the period of the proposed Contract via supplier-led initiatives.
The service is to be made available to 21 000 staff across the UK.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month extensions at the discretion of Defra.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents. List and brief description of selection criteria: minimum turnover of 100 % of the proposed contract value; Financial standing of Standard and Poor grade 2; Public Liability Insurance to 2 000 000 GBP per event; Professional Indemnity Insurance of 1 000 000 GBP per event.
III.1.3)Technical and professional ability
Selection criteria as stated in the Procurement documents List and brief description of selection criteria:
Service Coverage, Service Operation, Service Management, Implementation Management, Printing Solution, Continual Service Improvement, Environmental Management Measures.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The estimated total value is based on the estimated value of providing the services to Defra and the Environment Agency (11 290 000 GBP) for an 84-month term. That figure has been increased to reflect the possibility that a number of other Defra Group organisations will opt to receive services during the term of the contract taking the total to 11 900 000 GBP. If other Defra Group organisations do opt to receive services, the supplier will be required to provide services at other sites in the UK.
VI.4.1)Review body
London
WC1A 2LL
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Supply of Document Solutions and Multi-Functional Devices
PQQ for Printing and Design Services – Belfast
Adhoc Printing Services for London Legacy Development Corporation
Print Management Framework Manchester