Multifunctional Print Devices and Associated Digital Transformation Solutions Framework

A Tender Notice
by UNIVERSITY OF ESSEX

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
500M
Sector
TECHNOLOGY
Published
24 May 2024
Delivery
To 01 Jul 2028 (est.)
Deadline
01 Jul 2024 12:00

Concepts

Location

United Kingdom

Geochart for 4 buyers and 0 suppliers

Description

This is a framework for the supply of multifunctional print devices and a suite of associated digital transformation solutions. It is let by the University of Essex and is available for use by all organisations across the UK Public Sector.

Total Quantity or Scope

This framework will provide access to a comprehensive suite of multifunctional print devices and associated digital transformation solutions. It is being established to meet the needs of the University of Essex. It is also open for use by all contracting authorities across the UK public sector (and any future successors). 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 organisations and geographical areas is available at http://www.dukefieldprocurement.co.uk/fts-eligible-users The Framework will be let across a single lot, with a maximum of 15 suppliers awarded a place on the framework.

Renewal Options

48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)

CPV Codes

  • 79800000 - Printing and related services
  • 30131000 - Mailroom equipment
  • 72267100 - Maintenance of information technology software
  • 72000000 - IT services: consulting, software development, Internet and support
  • 79811000 - Digital printing services
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 80510000 - Specialist training services
  • 30192113 - Ink cartridges
  • 64000000 - Postal and telecommunications services
  • 30121200 - Photocopying equipment
  • 30237300 - Computer supplies
  • 30232100 - Printers and plotters
  • 50312610 - Maintenance of information technology equipment
  • 30191000 - Office equipment except furniture
  • 72212310 - Document creation software development services
  • 72512000 - Document management services
  • 22200000 - Newspapers, journals, periodicals and magazines
  • 79824000 - Printing and distribution services
  • 72222300 - Information technology services
  • 79995100 - Archiving services
  • 50324000 - Support services of personal computers
  • 79810000 - Printing services
  • 79999100 - Scanning services
  • 50313200 - Photocopier maintenance services
  • 30231310 - Flat panel displays
  • 30230000 - Computer-related equipment
  • 64110000 - Postal services
  • 64100000 - Post and courier services
  • 30236000 - Miscellaneous computer equipment
  • 50332000 - Telecommunications-infrastructure maintenance services
  • 30197630 - Printing paper
  • 51610000 - Installation services of computers and information-processing equipment
  • 30197642 - Photocopier paper and xerographic paper
  • 72222000 - Information systems or technology strategic review and planning services
  • 22800000 - Paper or paperboard registers, account books, binders, forms and other articles of printed stationery
  • 30192400 - Reprographic supplies
  • 30197645 - Card for printing
  • 30121100 - Photocopiers
  • 72222200 - Information systems or technology planning services
  • 32510000 - Wireless telecommunications system
  • 72223000 - Information technology requirements review services
  • 63121000 - Storage and retrieval services
  • 79520000 - Reprographic services
  • 32400000 - Networks
  • 45314000 - Installation of telecommunications equipment
  • 50320000 - Repair and maintenance services of personal computers
  • 30120000 - Photocopying and offset printing equipment
  • 51600000 - Installation services of computers and office equipment
  • 30200000 - Computer equipment and supplies
  • 48800000 - Information systems and servers
  • 48311000 - Document management software package
  • 51000000 - Installation services (except software)
  • 30232130 - Colour graphics printers
  • 50313100 - Photocopier repair services
  • 22900000 - Miscellaneous printed matter
  • 32500000 - Telecommunications equipment and supplies
  • 48000000 - Software package and information systems
  • 79820000 - Services related to printing
  • 38651600 - Digital cameras
  • 30237200 - Computer accessories
  • 50310000 - Maintenance and repair of office machinery
  • 22100000 - Printed books, brochures and leaflets
  • 32520000 - Telecommunications cable and equipment
  • 79410000 - Business and management consultancy services
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48310000 - Document creation software package
  • 38520000 - Scanners
  • 30213000 - Personal computers
  • 50313000 - Maintenance and repair of reprographic machinery
  • 48810000 - Information systems
  • 50312600 - Maintenance and repair of information technology equipment
  • 50330000 - Maintenance services of telecommunications equipment
  • 48782000 - Storage management software package
  • 50322000 - Maintenance services of personal computers
  • 48517000 - IT software package
  • 30121000 - Photocopying and thermocopying equipment
  • 30237000 - Parts, accessories and supplies for computers
  • 30192110 - Ink products
  • 30125000 - Parts and accessories of photocopying apparatus
  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 79521000 - Photocopying services
  • 79821000 - Print finishing services
  • 64200000 - Telecommunications services
  • 79571000 - Mailing services
  • 79570000 - Mailing-list compilation and mailing services
  • 72212780 - System, storage and content management software development services
  • 72600000 - Computer support and consultancy services
  • 30232110 - Laser printers
  • 32320000 - Television and audio-visual equipment
  • 30123000 - Office and business machines
  • 72222100 - Information systems or technology strategic review services
  • 30232000 - Peripheral equipment
  • 30121300 - Reproduction equipment
  • 30232140 - Plotters
  • 38651000 - Cameras
  • 22000000 - Printed matter and related products
  • 79823000 - Printing and delivery services
  • 50331000 - Repair and maintenance services of telecommunications lines
  • 63120000 - Storage and warehousing services
  • 30231300 - Display screens

Indicators

  • Bids should cover the whole contract.
  • Options are available.
  • Renewals are not available.
  • Award on basis of price and quality.

Other Information

The University of Essex's Internal Reference Number is UOE/DU/MFD/01. The framework is being delivered by the University of Essex and its partners Dukefield Procurement Ltd (who are a subsidiary of Dukefield Ltd). Dukefield Procurement Ltd are acting as agents of the University of Essex in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering 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. The University of Essex 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 it'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, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the for the purpose of calculating the maximum number of suppliers under the framework. The contracting authority will award a framework agreement to additional tenderers on the framework beyond the stated maximum number, where their final evaluation score (s) is within 0.5% of the last placed position on the framework. For the avoidance of doubt, the last placed position in respect of this framework is fifteenth. Therefore, 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 the framework.

Reference

Domains