Print and Digital Communications

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
£930M
Sector
BUSINESS
Published
22 Apr 2024
Delivery
To 23 Aug 2028 (est.)
Deadline
24 May 2024 15:00

Concepts

Location

Liverpool

Geochart for 2 buyers and 0 suppliers

Description

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of printed matter, digital communications and related products for use by Central Government and UK public sector bodies. The agreement shall include multiple routes to market (Direct Award and Further Competition) for purchasing print products, digital communications and all associated services to provide an end to end print management service. The scope shall include all types of print such as operational, transactional, and secure print, and the associated services such as direct mail, storage, fulfilment and distribution, digital asset management, digital solutions, omni channel communications, content creation, pre-production services, media duplication and official papers. The lotting structure of this framework has been determined as a result of market engagement and is as follows: Lot 1 Print and Digital Communications (Direct Award, including Command & House Papers) Lot 2 Print and Digital Communications (Further Competition) Further information is included in the Additional Information section VI.3.

Lot Division

1 Print and Digital Communications (Direct Award)
  • Value: £19M

Single supplier, Direct Award lot. Includes provision of Command and House Paper Service.

2 Print and Digital Communications (Further Competition)
  • Value: £740M

Multiple suppliers, Further Competition lot.

Award Criteria

Quality 80.0
PRICE 20.0

CPV Codes

  • 79800000 - Printing and related services

Indicators

  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • Renewals are not available.
  • Performance considerations apply.
  • Professional qualifications are sought.
  • Award on basis of price.

Other Information

As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/c20c14f7-ecd2-495a-9b9c-a826bf... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. 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. For Lot 2 only, CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position. Please refer to Attachment 2 How to Bid in the tender documents. 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. Bidders can bid for more than one Lot. However, a bidder cannot be awarded a Framework Contract for both Lots. Bidders may submit bids for both Lot 1 and Lot 2 but can only be awarded a framework contract for one Lot. If a Bidder is ranked in first position in Lot 1 based on their final score then the Bidder will be awarded the Lot 1 framework contract and cannot be awarded a Lot 2 framework contract. Please refer to Attachment 2 How to Bid for further details. Please note the contract period is for 48 months with a 3 month implementation period

Reference

Domains