Crown Commercial Service Print Management Services Framework
Crown Commercial Service, as the authority, intends to put in place an agreement for the provision of print management services for use by Central Government and UK public sector bodies.
United Kingdom-Liverpool: Printing and related services
2020/S 180-435860
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Ninth Floor, The Capital, Old Hall Street
Town: Liverpool
NUTS code: UK UNITED KINGDOM
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
Telephone: +44 3150103503
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Print Management Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Crown Commercial Service, as the authority, intends to put in place an agreement for the provision of print management services for use by Central Government and UK public sector bodies. The agreement shall include print products and all associated services to provide an end to end print management service.
For further information concerning the scope of the services please refer to framework schedule 1 (Specification) of the terms and conditions.
II.1.5)Estimated total value
II.1.6)Information about lots
Bidders can bid for one or both lots. However, a bidder cannot be awarded a framework contract for both lots.
II.2.1)Title:
Print Management Services, including Strategic and Transformational Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 1: Print management services, including strategic and transformational services, this is a single supplier lot and buyers will access lot 1 via a direct award call-off procedure.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Lot 1: Is a single supplier lot and buyers will access lot 1 via a direct award call-off procedure.
The value given in section 11.2.6) pertains to both lots and is the estimated total maximum value for the entire duration of the framework agreement, as confirmed in section II.1.5).
II.2.1)Title:
Print Management Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 2 is designed for buyers who require the support of a print manager to enable them to take advantage of the end to end services that this approach offers, thereby ensuring that their print needs are fully managed on their behalf.
The buyers who use lot 2 will be a broad range of public sector organisations who range in both size and complexity with regard to their print requirements.
The supplier shall be flexible in their approach to manage the provision of both low value to high value Call-Off Contracts requirements.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Lot 2 is a multi-supplier lot and buyers will access lot 2 via further competition.
The value given in section II.2.6) pertains to both lots and is the estimated total maximum value for the entire duration of the framework agreement, as confirmed in section II.1.5).
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
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.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
Please refer to point 4) in section VI.3) Additional information regarding the reasoning for the use of the accelerated procedure.
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/797bde57-a0ff-49ee-8f90-4ad88523f3f1
1) contract notice transparency information for the agreement;
2) contract notice authorised customer list;
3) rights reserved for CCS framework;
4) reasoning for the use of the accelerated procedure.
On 2 April 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 should 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials Plus, for services under and in connection with this procurement. Further information about the requirement for Cyber Essentials Plus can be found within bid pack attachment 2a – Selection questionnaire.
Please note:
All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by accreditation bodies other than IASME.
On 30 June 2021, any certificate issued under the old scheme will expire.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
For lot 2 only, CCS reserve the right to award a framework contract to any bidder whose final score is within 1 % of the last position
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 help@eSourcingsolution.co.uk or call 08000698630.
VI.4.1)Review body
Postal address: Ninth Floor, The Capital, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
Telephone: +44 3450103503Internet address: https://www.crowncommercial.gov.uk/
VI.5)Date of dispatch of this notice: