Postal Services and Solutions

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

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£2B
Sector
TECHNOLOGY
Published
24 Mar 2023
Delivery
To 14 Mar 2028 (est.)
Deadline
26 Apr 2023 14:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers

Description

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of postal services and solutions 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. It is intended that this commercial agreement will be the recommended vehicle for all postal services and solutions required by UK Central Government. This procurement is for the provision of a multi Supplier Framework Contract which will consist of eight (8) lots to cover various requirements for Postal Goods and Services to meet the current and future needs of the public sector. The new Framework Contract will replace the existing Framework Contract (RM6017 Postal Goods, Services and Solutions) and includes services that will capture new technologies and innovations to support Buyers in adopting improved communications processes and transforming their mailroom operations to become more digital environments.

Lot Division

1 Franking Machines, Mailroom Equipment and Associated Consumables
  • Value: £120M

This lot is capable of providing a full range of low, medium and high volume capacity franking machines, mailroom equipment (including X-Ray machines) and associated consumables and software for both lease and outright purchase. Includes basic maintenance and additional service wrap options. Additional information: A framework contract will be awarded to a maximum of 8 bidders for Lot 1. The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.

Award Criteria
Quality 60
price 40
2 Collection and Delivery of Letters, Large Letters and Parcels within UK
  • Value: £860M

This lot is capable of providing a collection and delivery service for letters, large letters, and parcels which are collected from Buyer Site(s) for onward delivery within the UK including England, Northern Ireland, Scotland and Wales. Additional information: A framework contract will be awarded to a maximum of 10 bidders for Lot 2. The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.

Award Criteria
Quality 60
price 40
3 Collection and Delivery of Letters, Large Letters and Parcels to International Destinations
  • Value: £34M

This lot is capable of providing a collection and delivery service, for letters, large letters and parcels which are collected from buyer site(s) for onward delivery to international EU, Non EU and Rest of World destinations. Additional information: A framework contract will be awarded to a maximum of 10 bidders for Lot 3. The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.

Award Criteria
Quality 60
price 40
4 Audits, Efficiency Reviews and Niche Consultancy
  • Value: £16M

This lot is capable of providing independent audits, efficiency reviews and niche consultancy services specific to mailroom operations and associated document and data management. Suppliers should be aware that if they are bidding for Lot 4 and are successful on Lot 4, suppliers will not be allowed to perform any other services under any other lot. Additional information: A framework contract will be awarded to a maximum of 5 bidders for Lot 4. The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.

Award Criteria
Quality 70
price 30
5 Business Process Outsourcing, Mailroom, Document and Data Managed Service
  • Value: £150M

This lot is capable of providing a fully outsourced managed service including either on or off-site mailroom management, digital mailroom management and document and data management services. Additional information: A framework contract will be awarded to a maximum of 10 bidders for Lot 5. The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot.

Award Criteria
Quality 70
price 30
6 Hybrid Mail, Digital and Transformational Communications
  • Value: £240M

This lot is capable of providing hybrid mail, digital and transformational communication services. Additional information: A framework contract will be awarded to a maximum of 20 bidders for Lot 6. The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.

Award Criteria
Quality 60
price 40
7 Inbound Delivery, Mail Opening and Digital Scanning Services
  • Value: £140M

This lot is capable of providing the provision of inbound delivery, mail opening and digital scanning services, which can be carried out either on or off-site or a blend of both. Additional information: A framework contract will be awarded to a maximum of 10 bidders for Lot 7. The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.

Award Criteria
Quality 60
price 40
8 Security Screening Services
  • Value: £40M

This lot is capable of providing security screening services of a variety of inbound mail items, including documents and parcels for a range of hazardous items and materials. Additional information: A framework contract will be awarded to a maximum of 5 bidders for Lot 8. The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.

Award Criteria
Quality 60
price 40

CPV Codes

  • 64000000 - Postal and telecommunications services
  • 30123400 - Folding machines
  • 30124520 - Scanner document feeders
  • 30130000 - Post-office equipment
  • 30131000 - Mailroom equipment
  • 30131100 - Paper or envelope folding machines
  • 30131200 - Envelope-stuffing machines
  • 30131300 - Addressing machines
  • 30131400 - Postage machines
  • 30131500 - Mail opening machines
  • 30131600 - Mail sealing machines
  • 30131800 - Stamp affixers
  • 30132000 - Sorting equipment
  • 30132100 - Mail-sorting equipment
  • 30132300 - Sorters
  • 30133000 - Mailing equipment
  • 30133100 - Bulk-mailing equipment
  • 30144100 - Postage-franking machines
  • 30197310 - Letter openers
  • 30216130 - Barcode readers
  • 38520000 - Scanners
  • 39150000 - Miscellaneous furniture and equipment
  • 43411000 - Sorting and screening machines
  • 48100000 - Industry specific software package
  • 48311000 - Document management software package
  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50421200 - Repair and maintenance services of X-ray equipment
  • 51611100 - Hardware installation services
  • 64100000 - Post and courier services
  • 64110000 - Postal services
  • 64112000 - Postal services related to letters
  • 72212311 - Document management software development services
  • 72512000 - Document management services
  • 60160000 - Mail transport by road
  • 60161000 - Parcel transport services
  • 64111000 - Postal services related to newspapers and periodicals
  • 64113000 - Postal services related to parcels
  • 64115000 - Mailbox rental
  • 64121100 - Mail delivery services
  • 64121200 - Parcel delivery services
  • 60411000 - Scheduled airmail transport services
  • 60421000 - Non-scheduled airmail transport services
  • 72220000 - Systems and technical consultancy services
  • 72221000 - Business analysis consultancy services
  • 72228000 - Hardware integration consultancy services
  • 72316000 - Data analysis services
  • 79212000 - Auditing services
  • 79212200 - Internal audit services
  • 79311000 - Survey services
  • 79410000 - Business and management consultancy services
  • 79418000 - Procurement consultancy services
  • 79421000 - Project-management services other than for construction work
  • 79421100 - Project-supervision services other than for construction work
  • 79900000 - Miscellaneous business and business-related services
  • 22821000 - Electoral forms
  • 48000000 - Software package and information systems
  • 48213000 - Operating system enhancement software package
  • 48223000 - Electronic mail software package
  • 48310000 - Document creation software package
  • 48500000 - Communication and multimedia software package
  • 63121100 - Storage services
  • 64216000 - Electronic message and information services
  • 72212223 - Electronic mail software development services
  • 72212780 - System, storage and content management software development services
  • 72412000 - Electronic mail service provider
  • 75100000 - Administration services
  • 79500000 - Office-support services
  • 79570000 - Mailing-list compilation and mailing services
  • 79800000 - Printing and related services
  • 48200000 - Networking, Internet and intranet software package
  • 48210000 - Networking software package
  • 48211000 - Platform interconnectivity software package
  • 48214000 - Network operating system software package
  • 48219000 - Miscellaneous networking software package
  • 48219700 - Communications server software package
  • 48311100 - Document management system
  • 48313000 - Optical-character-recognition (OCR) software package
  • 48320000 - Drawing and imaging software package
  • 48328000 - Image-processing software package
  • 48329000 - Imaging and archiving system
  • 48613000 - Electronic data management (EDM)
  • 48780000 - System, storage and content management software package
  • 48781000 - System management software package
  • 48782000 - Storage management software package
  • 48920000 - Office automation software package
  • 64122000 - Internal office mail and messenger services
  • 64216120 - Electronic mail services
  • 79571000 - Mailing services
  • 79823000 - Printing and delivery services
  • 79824000 - Printing and distribution services
  • 64121000 - Multi-modal courier services
  • 79710000 - Security services

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a one-off contract (no recurrence)
  • Renewals are not available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/b739c57d-6a23-4153-97ae-68e859... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. 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 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, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. 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. CCS reserve the right to award a framework 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 eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Reference

Domains