Contract

The procurement for the Provision of Print Services

  • Crown Prosecution Service

F20: Modification notice

Notice identifier: 2025/S 000-001185

Procurement identifier (OCID): ocds-h6vhtk-04cfe1

Published 14 January 2025, 1:36pm



Section one: Contracting authority/entity

one.1) Name and addresses

Crown Prosecution Service

102 Petty France

London

SW1H 9EA

Email

CommercialHardwareCategory@cps.gov.uk

Telephone

+44 2077176000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.cps.gov.uk


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The procurement for the Provision of Print Services

Reference number

PR 2019 100

two.1.2) Main CPV code

  • 79521000 - Photocopying services

two.1.3) Type of contract

Services

two.2) Description

two.2.1) Title

Provision of Print Services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

CPS Estate

two.2.4) Description of the procurement at the time of conclusion of the contract:

Requirement for Multi-Function Devices (MFDs) and Bulk Printing & Scanning services for the CPS (Crown Prosecution Service). Key objectives include delivering high-quality print services with reliable devices, ensuring staff have the right tools, and providing consistent services across CPS locations. Proactive monitoring for maintenance and continuous improvement is essential, as well as flexibility and ease of support.

Key needs include:

Secure and efficient bulk printing and scanning, especially for jury bundles.

High-quality printing for key evidence, including colour and black & white printers at CPS sites and Crown Courts.

Scanning technology to support business processes.

Desktop printers for special circumstances or IT Accessibility (ITA) users.

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

14 April 2021

End date

31 March 2026

In the case of framework agreements, provide justification for any duration exceeding 4 years

3+1+1 to ensure Value For Money

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section five. Award of contract/concession

Contract No

PR 2019 100

Title

Provision of Print Services

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

14 January 2025

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Konica Minolta Business Solutions (UK) Limited

Konica House, Miles Gray Road

Basildon

SS14 3AR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £5,570,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Crown Prosecution Service

102 Petty France

London

SW1H 9EA

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

The Commercial Team, Crown Prosecution Service

102 Petty France

London

SW1H 9EA

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 79521000 - Photocopying services

seven.1.3) Place of performance

NUTS code
  • UK - United Kingdom
Main site or place of performance

CPS Estate

seven.1.4) Description of the procurement:

Requirement for Multi-Function Devices (MFDs) and Bulk Printing & Scanning services for the CPS (Crown Prosecution Service). Key objectives include delivering high-quality print services with reliable devices, ensuring staff have the right tools, and providing consistent services across CPS locations. Proactive monitoring for maintenance and continuous improvement is essential, as well as flexibility and ease of support.

Key needs include:

Secure and efficient bulk printing and scanning, especially for jury bundles.

High-quality printing for key evidence, including colour and black & white printers at CPS sites and Crown Courts.

Scanning technology to support business processes.

Desktop printers for special circumstances or IT Accessibility (ITA) users.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

1 April 2026

End date

31 March 2027

In the case of framework agreements, provide justification for any duration exceeding 4 years:

3+1+1 to ensure Value for Money

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£5,570,000

seven.1.7) Name and address of the contractor/concessionaire

Konica Minolta Business Solutions (UK) Limited

Konica House, Miles Gray Road

Basildon

SS14 3AR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

This contract began on 14 April 2021, with an initial expiry date of 31 March 2024. The contract can be extended until 31 March 2026, and the contracting authority intends to exercise this option.

The requirements of the contracting authority in this area are, as a result of potential changes in our approach to digital jury bundles, developing rapidly. As a result, it is unlikely that a comprehensive procurement can be launched in time to introduce a replacement supplier by the extended expiry date of 31 March 2026. Instead, it is intended that procurement of a replacement supplier will be launched early in 2026, with a new supplier in place by April 2027. An extension of 12 months beyond the extended expiry date will therefore be entered into.

The contracting authority considers that this extension does not meet any of the conditions set out in Regulation 72(8) of the Public Contracts Regulations 2015 and, in particular, does not believe that it is a “considerable” extension for the purposes of Regulation 72(8)(d). Therefore, it does not constitute a “substantial modification” for the purposes of Regulation 72(8), and is a modification permitted without a new procurement exercise.

seven.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

The modification is being introduced in order that the procurement of a replacement supplier can be completed before the contract expires.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £2,440,287.88

Total contract value after the modifications

Value excluding VAT: £8,010,287.88