Multifunctional Devices (MFDs), Print and Digital Workflow Software Services and Managed Print Service Provision

A Contract Award Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Contract (Goods)
Duration
not specified
Value
£35M-£350M
Sector
TECHNOLOGY
Published
13 Oct 2021
Delivery
not specified
Deadline
n/a

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 21 suppliers

Description

Crown Commercial Service (CCS) as the Authority is in partnership YPO and ESPO has put in place a Pan Government Collaborative Agreement for the provision of Records Information Management, Digital Solutions and Associated Services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. The framework includes: Hardware Devices and Consumable Products, Software Products, Document Workflow, Central Print Room and Reprographics, Cloud Based Hosting, Financing options, Operational and Deployment Services and Managed Service provision. The full Specification for each lot is detailed in Annexes A-D. Suppliers have been required to provide all of the mandatory services stated within the lot they are bidding for. Bidders have been required to sign Attachment 11 — non-disclosure agreement before being able to view the full document suite.

Lot Division

3 Multifunctional Print Devices (MFDs), Print Management and/or Digital Workflow under Managed Service Provision

Hardware Devices and Consumable Products • Software Products • Document Workflow Solutions • Central Print Room and Reprographics • Cloud Based Hosting Service • Financing options • Operational Services • Associated Services The provision of a Managed Service that specifically meets the Buyer's 'outputs and outcomes' by designing, installing and managing the following Services: Software Products, Cloud Based Hosting service, Deployment and Operational Services, Third Parties and Multi-Vendor Fleet Management, and Interim Specialist Technical Support Resources Crown Commercial Service wish to bring to your attention that it is expected that to participate in this Lot 3 procurement, bidders will be required to demonstrate that they are certified for the services listed below (and/or equivalent) under and in connection with the procurement. Estimated Lot value based on upper limit. • Cyber Essentials (Basic) • BS EN ISO 9001 Quality Management System or agreed equivalent • ISO 27001 Information Security Management or agreed equivalent • Health and Social Care Network (HSCN) • Code of Connection (CoCo) Compliance • Public Services Network (PSN) Compliance • Level 2 Information Governance or agreed equivalent • BS 7858 Security Screening or agreed equivalent • ISO 29142 Information Technology - Print Cartridge Categorisation or agreed equivalent

Award Criteria
Quality 70
Price 30
price 30
4 Print Consultancy Services

• Independent vendor for Print Consultancy services • Print Management Consultancy services providing assessment, evaluation, advice and recommendation in the context of sound strategic direction for Buyers • Advice of Device management and Software options e.g. Digital Workflow and Central Print Room and Reprographics etc. • Assessment and evaluation of Print Management usage and running costs to determine potential savings and efficiencies for Buyer. • Support Buyers in preparation of competition documentation i.e. specification, evaluation criteria, weightings etc. Crown Commercial Service wish to bring to your attention that it is expected that to participate in this Lot 4 procurement, bidders will be required to demonstrate that they are certified for the services listed below (and/or equivalent) under and in connection with the procurement. Estimated lot value based on upper limit. ● Cyber Essentials (Basic) ● Official Secret and or Top Secret, but shall be stated by the Buyer at Call Off Stage ● BS EN ISO 9001 or agreed equivalent accreditation ● ISO 27001 Information Security Management or agreed equivalent ● BS 7858 Security Screening or agreed equivalent ● Any other Enhanced security requirements and/or restrictions as specified by the Buyer at Call Off stage.

Award Criteria
Quality 50
Price 50
price 50
3 Multifunctional Devices (MFD’s) and Basic Print Management Software and Associated Services

• Online Web-based Solution (including catalogue of devices, accessories and consumables) • Provision of Web-based Solution • Provision of Hardware Devices, Consumables and Basic Print Management Software • Deployment Services • Operational Services • Financing options • Associated services i.e. software applications and dedicated account manager Crown Commercial Service wanted to bring to your attention that it was expected that to participate in this Lot 1 procurement, bidders would be required to demonstrate that they were certified for the services listed below (and/or equivalent) under and in connection with the procurement. Estimated lot value based on upper range. • Cyber Essentials (Basic) • BS EN ISO 9001 Quality Management System or agreed equivalent • ISO 27001 Information Security Management or agreed equivalent • Health and Social Care Network (HSCN) • Code of Connection (CoCo) Compliance • Public Services Network (PSN) Compliance • Level 2 Information Governance or agreed equivalent • BS 7858 Security Screening or agreed equivalent • ISO 29142 Information Technology - Print Cartridge Categorisation or agreed equivalent

Award Criteria
Quality N/A
Price 100
price 100
4 Multifunctional Print Devices (MFDs), Print Management and/or Digital Workflow Software and Associated Services

Hardware Devices and Consumable Products • Software Products • Document Workflow Solutions • Central Print Room and Reprographics • Cloud Based Hosting Service • Financing options • Deployment Services • Operational Services • Associated Services Crown Commercial Service wish to bring to your attention that it is expected that to participate in this Lot 2 procurement, bidders will be required to demonstrate that they are certified for the services listed below (and/or equivalent) under and in connection with the procurement. Estimated Lot value based on upper range. Cyber Essentials (Basic) • BS EN ISO 9001 Quality Management System or agreed equivalent • ISO 27001 Information Security Management or agreed equivalent • Health and Social Care Network (HSCN) • Code of Connection (CoCo) Compliance • Public Services Network (PSN) Compliance • Level 2 Information Governance or agreed equivalent • BS 7858 Security Screening or agreed equivalent • ISO 29142 Information Technology - Print Cartridge Categorisation or agreed equivalent

Award Criteria
Quality 50
Price 50
price 50

Award Detail

1 Ricoh (Northampton)
  • Multifunctional Devices (MFD's) and Basic Print Management Software and Associated Services
  • Reference: 025642-2021-1
  • Value: £150,000,000
2 Specialist Computer Centres (Birmingham)
  • Multifunctional Print Devices and Software Services
  • Reference: 025642-2021-2
  • Value: £325,000,000
3 XMA (Nottingham)
  • Multifunctional Print Devices and Software Services
  • Reference: 025642-2021-3
  • Value: £350,000,000
4 Canon (Uxbridge)
  • Multifunctional Print Devices and Software Services
  • Reference: 025642-2021-4
  • Value: £350,000,000
5 Vision Office Automation (Hertford)
  • Multifunctional Print Devices and Software Services
  • Reference: 025642-2021-5
  • Value: £325,000,000
6 Xerox (Uxbridge)
  • Multifunctional Print Devices and Software Services
  • Reference: 025642-2021-6
  • Value: £325,000,000
7 Ricoh (Northampton)
  • Multifunctional Print Devices and Software Services
  • Reference: 025642-2021-7
  • Value: £325,000,000
8 Kyocera Document Solutions (Reading)
  • Multifunctional Print Devices and Software Services
  • Reference: 025642-2021-8
  • Value: £325,000,000
9 HP Inc (Reading)
  • Multifunctional Print Devices and Software Services
  • Reference: 025642-2021-9
  • Value: £325,000,000
10 Xerox (Uxbridge)
  • Multifunctional Print and Software Managed Services
  • Reference: 025642-2021-10
  • Value: £325,000,000
11 Canon (Uxbridge)
  • Multifunctional Print and Software Managed Services
  • Reference: 025642-2021-11
  • Value: £325,000,000
12 Ebm Office Centre (Romford)
  • Multifunctional Print and Software Managed Services
  • Reference: 025642-2021-12
  • Value: £325,000,000
13 Vision Office Automation (Hertford)
  • Multifunctional Print and Software Managed Services
  • Reference: 025642-2021-13
  • Value: £325,000,000
14 HP Inc (Reading)
  • Multifunctional Print and Software Managed Services
  • Reference: 025642-2021-14
  • Value: £325,000,000
15 Computacenter (Hatfiedl)
  • Multifunctional Print and Software Managed Services
  • Reference: 025642-2021-15
  • Value: £325,000,000
16 Ricoh (Northampton)
  • Multifunctional Print and Software Managed Services
  • Reference: 025642-2021-16
  • Value: £325,000,000
17 UK Prints Audits (Darwen)
  • Print Consultancy Service
  • Reference: 025642-2021-17
  • Value: £50,000,000
18 Purosolutions (Halifax)
  • Print Consultancy Service
  • Reference: 025642-2021-18
  • Value: £50,000,000
19 Air Copier Systems (Guildford)
  • Multifunctional Print and Software Managed Services
  • Reference: 025642-2021-19
  • Value: £325,000,000
20 Konica Minolta Business Solutions (Basildon)
  • Multifunctional Print Devices and Software Services
  • Reference: 025642-2021-20
  • Value: £325,000,000
21 Konica Minolta Business Solutions (Basildon)
  • Multifunctional Print and Software Managed Services
  • Reference: 025642-2021-21
  • Value: £35,000,000

CPV Codes

  • 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
  • 30120000 - Photocopying and offset printing equipment
  • 30121000 - Photocopying and thermocopying equipment
  • 30121100 - Photocopiers
  • 30121200 - Photocopying equipment
  • 30123000 - Office and business machines
  • 30125000 - Parts and accessories of photocopying apparatus
  • 30174000 - Label making machines
  • 30192400 - Reprographic supplies
  • 30232100 - Printers and plotters
  • 30232130 - Colour graphics printers
  • 48000000 - Software package and information systems
  • 48311100 - Document management system
  • 48613000 - Electronic data management (EDM)
  • 48773100 - Print-spooling software package
  • 48800000 - Information systems and servers
  • 50310000 - Maintenance and repair of office machinery
  • 50313000 - Maintenance and repair of reprographic machinery
  • 50313100 - Photocopier repair services
  • 50313200 - Photocopier maintenance services
  • 72212311 - Document management software development services
  • 72212772 - Print utility software development services
  • 72212780 - System, storage and content management software development services
  • 72220000 - Systems and technical consultancy services
  • 72221000 - Business analysis consultancy services
  • 72222100 - Information systems or technology strategic review services
  • 72222200 - Information systems or technology planning services
  • 72222300 - Information technology services
  • 72223000 - Information technology requirements review services
  • 72228000 - Hardware integration consultancy services
  • 72512000 - Document management services
  • 79212000 - Auditing services
  • 79212200 - Internal audit services
  • 79311000 - Survey services
  • 79311200 - Survey conduction services
  • 79410000 - Business and management consultancy services
  • 79520000 - Reprographic services
  • 79521000 - Photocopying services
  • 79800000 - Printing and related services
  • 79810000 - Printing services
  • 79811000 - Digital printing services
  • 79820000 - Services related to printing
  • 79821000 - Print finishing services
  • 79995100 - Archiving services
  • 30121300 - Reproduction equipment

Indicators

  • An E-Auction may be used.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement. As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/0e1f0bdf-21a1-46e8-bd07-0090a6... 1) Redacted Commercial Agreement; 2) List of Successful Suppliers; 3) Approved Customer list 4) Transparency Agenda On 2.4.2014 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 were required to 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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Lot 2 had 1 place awarded and Lot 3 had 2 places awarded in line with the 1% rule which stated that CCS reserve the right to award a framework to any bidder whose final score was within 1% of the last position for lot 2, Lot 3 or Lot 4, therefore, Lot 2 has had places awarded to 9 suppliers as apposed to the number of 8 and Lot 3 has had places awarded to 9 suppliers as apposed to the number of 7 as was originally stated in the Contract Notice that was published on 19 April 2021.

Reference

Domains