Multifunctional Devices and Digital Transformation Solutions Framework

A Contract Award Notice
by CRESCENT PURCHASING CONSORTIUM (CPC)

Source
Find a Tender
Type
Framework (Services)
Duration
4 year (est.)
Value
£210M-£230M
Sector
TECHNOLOGY
Published
26 Apr 2021
Delivery
To 22 Mar 2028 (est.)
Deadline
n/a

Concepts

Location

United Kingdom: UK

Geochart for 3 buyers and 20 suppliers

Description

The Framework will provide access to a comprehensive range of Multifunctional Devices and Digital Transformation Solutions. It is being established to meet the needs of Crescent Purchasing Consortium Members,http://www.thecpc.ac.uk/members/regions.php and is also open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at http://www.npg-ltd.com/tenders/ The Framework will be let across two Lots. There will be a maximum of 8 suppliers awarded a place on Lot 1 and a maximum of 10 suppliers on Lot 2.

Lot Division

1 Multifunctional Devices and Associated Services and Supplies

This Lot will provide access to a comprehensive suite of multifunctional devices and supplies and services, encompassing, but not be limited to, the following supplies, services and solutions: • Mono and/or mono/colour capable devices • A number of multifunctional device specification ranges defined by print speed covering units up to 125 pages per minute, including associated options such as card readers • A number of high volume production devices defined by print speed covering units from 90 pages per minute upwards, including associated production accessories and optional extras. • A range of desk top printers to complement the multifunctional device ranges • A range of 3D printers • A range of wider format and other specialist printers • Refurbished/remanufactured multifunctional devices and printers • Production/print management software • Print management software • Other related print and document management software • Associated services to include: • Print Audit Services • Project Management Services • IT Support Services The Lot will also incorporate the provisions of consultancy services as they apply to the supplies and services available under this Lot. There will be a maximum of eight suppliers awarded a place on this Lot. Additional information: Please note the award criteria and weighting for Lot 2 Digital Transformation Solutions was 30% Price and 70% Quality and not the Lot 1 Quality Weighting 60% and Price Weighting 40%, stated within Lot 2 Section II.2.5 Award Criteria.

2 Digital Transformation Solutions

This Lot will provide access to a comprehensive suite of Digital Transformation Solutions, encompassing, but not be limited to, the following solution categories: • Audio Visual Supplies and Services • Cloud Services • Document Storage and Distribution Services • Electronic Document Management Systems and Services • External Print and Related Services • High Volume/production print devices and associated supplies and services • Hybrid Mail • ICT Hardware, Software and Peripherals • ICT Support Services • Mail Management Services including Mail Room Services • Multifunctional Devices and Associated Supplies and Services • Scanning and Archiving Services • Telecommunications Supplies and Services The Lot will also incorporate the provisions of consultancy services as they apply to the supplies and services available under this Lot. There will be a maximum of ten suppliers awarded a place on this framework Lot. Additional information: Please note the award criteria and weighting for Lot 2 Digital Transformation Solutions was 30% Price and 70% Quality and not the Lot 1 Quality Weighting 60% and Price Weighting 40%, stated within Lot 2 Section II.2.5 Award Criteria.

Award Detail

1 Agilico Workplace Technologies North (Gateshead)
  • Multifunctional Devices and Associated Services and Supplies
  • Reference: 008919-2021-ca7747-1
  • Value: £210,000,000 [share]
  • Awarded to group of suppliers.
2 Toshiba Tec UK Imaging Systems (Chertsey)
  • Multifunctional Devices and Associated Services and Supplies
  • Reference: 008919-2021-ca7747-1
  • Value: £210,000,000 [share]
  • Awarded to group of suppliers.
3 Vision (Hertford)
  • Multifunctional Devices and Associated Services and Supplies
  • Reference: 008919-2021-ca7747-1
  • Value: £210,000,000 [share]
  • Awarded to group of suppliers.
4 Altodigital Networks (Bedfordshire)
  • Multifunctional Devices and Associated Services and Supplies
  • Reference: 008919-2021-ca7747-1
  • Value: £210,000,000 [share]
  • Awarded to group of suppliers.
5 Arena Group (Wakefield)
  • Multifunctional Devices and Associated Services and Supplies
  • Reference: 008919-2021-ca7747-1
  • Value: £210,000,000 [share]
  • Awarded to group of suppliers.
6 Ricoh (Northampton)
  • Multifunctional Devices and Associated Services and Supplies
  • Reference: 008919-2021-ca7747-1
  • Value: £210,000,000 [share]
  • Awarded to group of suppliers.
7 Apogee Corporation (Maidstone)
  • Multifunctional Devices and Associated Services and Supplies
  • Reference: 008919-2021-ca7747-1
  • Value: £210,000,000 [share]
  • Awarded to group of suppliers.
8 Kyocera Document Solutions (Reading)
  • Multifunctional Devices and Associated Services and Supplies
  • Reference: 008919-2021-ca7747-1
  • Value: £210,000,000 [share]
  • Awarded to group of suppliers.
9 Sharp Business Systems (Wakefield)
  • Multifunctional Devices and Associated Services and Supplies
  • Reference: 008919-2021-ca7747-1
  • Value: £210,000,000 [share]
  • Awarded to group of suppliers.
10 Konica Minolta (Basildon)
  • Multifunctional Devices and Associated Services and Supplies
  • Reference: 008919-2021-ca7747-1
  • Value: £210,000,000 [share]
  • Awarded to group of suppliers.
11 Toshiba Tec UK Imaging Systems (Chertsey)
  • Digital Transformation Solutions
  • Reference: 008919-2021-ca7747-2
  • Value: £230,000,000 [share]
  • Awarded to group of suppliers.
12 Sharp Business Systems (Wakefield)
  • Digital Transformation Solutions
  • Reference: 008919-2021-ca7747-2
  • Value: £230,000,000 [share]
  • Awarded to group of suppliers.
13 Swiss Post Solutions (Richmond)
  • Digital Transformation Solutions
  • Reference: 008919-2021-ca7747-2
  • Value: £230,000,000 [share]
  • Awarded to group of suppliers.
14 Xerox (Uxbridge)
  • Digital Transformation Solutions
  • Reference: 008919-2021-ca7747-2
  • Value: £230,000,000 [share]
  • Awarded to group of suppliers.
15 Ricoh (Northampton)
  • Digital Transformation Solutions
  • Reference: 008919-2021-ca7747-2
  • Value: £230,000,000 [share]
  • Awarded to group of suppliers.
16 Agilico Workplace Technologies North (Gateshead)
  • Digital Transformation Solutions
  • Reference: 008919-2021-ca7747-2
  • Value: £230,000,000 [share]
  • Awarded to group of suppliers.
17 Canon (Uxbridge)
  • Digital Transformation Solutions
  • Reference: 008919-2021-ca7747-2
  • Value: £230,000,000 [share]
  • Awarded to group of suppliers.
18 Konica Minolta (Basildon)
  • Digital Transformation Solutions
  • Reference: 008919-2021-ca7747-2
  • Value: £230,000,000 [share]
  • Awarded to group of suppliers.
19 Apogee Corporation (Maidstone)
  • Digital Transformation Solutions
  • Reference: 008919-2021-ca7747-2
  • Value: £230,000,000 [share]
  • Awarded to group of suppliers.
20 Kyocera Document Solutions (Reading)
  • Digital Transformation Solutions
  • Reference: 008919-2021-ca7747-2
  • Value: £230,000,000 [share]
  • Awarded to group of suppliers.

Renewal Options

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

Award Criteria

Lot 1 Quality 60.00%
price 40.00%

CPV Codes

  • 79800000 - Printing and related services
  • 48000000 - Software package and information systems
  • 79521000 - Photocopying services
  • 30232140 - Plotters
  • 30125000 - Parts and accessories of photocopying apparatus
  • 79411000 - General management consultancy services
  • 30192110 - Ink products
  • 38520000 - Scanners
  • 30232000 - Peripheral equipment
  • 48782000 - Storage management software package
  • 30121200 - Photocopying equipment
  • 30197630 - Printing paper
  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 48517000 - IT software package
  • 30191000 - Office equipment except furniture
  • 30123000 - Office and business machines
  • 50310000 - Maintenance and repair of office machinery
  • 30120000 - Photocopying and offset printing equipment
  • 30121430 - Digital duplicators
  • 30232110 - Laser printers
  • 30121000 - Photocopying and thermocopying equipment
  • 30121300 - Reproduction equipment
  • 79520000 - Reprographic services
  • 22000000 - Printed matter and related products
  • 79410000 - Business and management consultancy services
  • 50313200 - Photocopier maintenance services
  • 30192400 - Reprographic supplies
  • 30121100 - Photocopiers
  • 30232130 - Colour graphics printers
  • 32400000 - Networks
  • 30197642 - Photocopier paper and xerographic paper
  • 30232100 - Printers and plotters
  • 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
  • 51000000 - Installation services (except software)
  • 30192113 - Ink cartridges
  • 79811000 - Digital printing services
  • 48311000 - Document management software package
  • 79810000 - Printing services
  • 50313000 - Maintenance and repair of reprographic machinery
  • 50313100 - Photocopier repair services
  • 22100000 - Printed books, brochures and leaflets
  • 30236000 - Miscellaneous computer equipment
  • 38651600 - Digital cameras
  • 79823000 - Printing and delivery services
  • 30131000 - Mailroom equipment
  • 30197645 - Card for printing
  • 79570000 - Mailing-list compilation and mailing services
  • 64100000 - Post and courier services
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 64000000 - Postal and telecommunications services
  • 30231000 - Computer screens and consoles
  • 63121000 - Storage and retrieval services
  • 30197640 - Self-copy or other copy paper
  • 38650000 - Photographic equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 63120000 - Storage and warehousing services
  • 22800000 - Paper or paperboard registers, account books, binders, forms and other articles of printed stationery
  • 79960000 - Photographic and ancillary services
  • 79999100 - Scanning services
  • 30230000 - Computer-related equipment
  • 50330000 - Maintenance services of telecommunications equipment
  • 30237000 - Parts, accessories and supplies for computers
  • 35810000 - Individual equipment
  • 80510000 - Specialist training services
  • 22900000 - Miscellaneous printed matter
  • 22200000 - Newspapers, journals, periodicals and magazines
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72600000 - Computer support and consultancy services
  • 79824000 - Printing and distribution services
  • 79820000 - Services related to printing
  • 79995100 - Archiving services
  • 72212780 - System, storage and content management software development services
  • 50320000 - Repair and maintenance services of personal computers
  • 30231310 - Flat panel displays
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 30231320 - Touch screen monitors
  • 32320000 - Television and audio-visual equipment
  • 30237200 - Computer accessories
  • 32500000 - Telecommunications equipment and supplies
  • 79571000 - Mailing services
  • 30200000 - Computer equipment and supplies
  • 30130000 - Post-office equipment
  • 79821000 - Print finishing services
  • 48310000 - Document creation software package
  • 38651000 - Cameras
  • 30231300 - Display screens
  • 72212310 - Document creation software development services
  • 30237300 - Computer supplies
  • 72512000 - Document management services

Indicators

  • Options are available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** CPC Internal Reference Number is CPC/DU/MFD/03A. The framework is being delivered by Crescent Purchasing Limited through Crescent Purchasing Consortium and its partners Dukefield Procurement Limited. Dukefield Procurement Limited are acting as agents of Crescent Purchasing Consortium in the development and on-going contract management of this framework. The Contracting Authority will be using an e-tendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at https://suppliers.multiquote.com, the tender is available from the Opportunities menu on the login page of the site. The Contracting Authority shall not be under any obligation to accept the lowest tender or indeed any tender. Crescent Purchasing Consortium expressly reserves the rights: (a) To terminate the procurement process and not to award any contract as a result of the procurement process at any time; (b) To make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation; (c) To award a contract covering only part of the consortium's requirements if explicitly detailed within the tender documentation; (d) To disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable; (e) Seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought; (f) Where the Contracting Authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the Contracting Authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely; (g) Where the Contracting Authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the Contracting Authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications / discussion documents to the market where appropriate to the subject matter of this procurement. (h) The Contracting Authority will not be liable for any costs incurred by tenderers. (i) The value of the framework provided in section II.1.5 is only an estimate and the Contracting Authority will not guarantee any business through this framework agreement; and (j) The Contracting Authority wishes to establish a Framework Agreement open for use by all Public Sector Bodies as stated in II.1.4. Tenderers should note, in reference to Section IV.1.3), Envisaged maximum number of participants to the framework: Where, following the evaluation of bids, more than one Tenderer is tied with the same final evaluation score and are ranked in the last supplier award position within a particular Lot, each of these tenderers shall be deemed to occupy the last Framework Agreement contract award position for the purpose of calculating the maximum number of Suppliers under the framework Lot. The Contracting Authority will award a Framework Agreement to additional Tenderers beyond the stated maximum number on any particular Lot, where their final evaluation score (s) is within 0.5 % of the last placed position only. For the avoidance of doubt, the last placed position in respect of each Lot of this framework is 8th place on Lot 1 and 10th place on Lot 2. Therefore on a lot by lot basis, Tenderers within 0.5 %, along with the Tenderer in last placed position,shall be deemed to occupy the last Framework Agreement contract award position for each respective lot.

Reference

Domains