Section one: Contracting authority
one.1) Name and addresses
Crescent Purchasing Consortium Limited
Procurement House, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 8000662188
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Public Sector
Procurement House
Salford
M6 6AJ
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Education
Procurement House
Salford
M6 6AJ
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
North Western Universities Purchasing Consortium Ltd
Crescent House, University of Salford Room 404
Salford
M5 4WT
Telephone
+44 1612348003
Country
United Kingdom
NUTS code
UKD33 - Manchester
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://suppliers.multiquote.com
Additional information can be obtained from another address:
Crescent Purchasing Consortium Limited
Procurement House, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 8000662188
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
https://suppliers.multiquote.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Multifunctional Devices and Associated Products and Services Including Print and Design Services
Reference number
CA15183 - CPC/KJ/01/2024
two.1.2) Main CPV code
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Framework will provide access to a comprehensive range of Multifunctional Devices and Digital Transformation Solutions. It is being established to meet the needs of Crescent Purchasing Consortium Members,http://www.thecpc.ac.uk/members/regions.php and is also open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). 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. The Framework will be let across two Lots. There will be a maximum of 15 suppliers awarded a place on Lot 1 and a maximum of 20 suppliers on Lot 2.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Multifunctional Devices and Associated Products and Services
Lot No
1
two.2.2) Additional CPV code(s)
- 66114000 - Financial leasing services
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 79800000 - Printing and related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
This Lot provides access to a comprehensive range of multifunctional devices and associated supplies and services; maximising the latest hardware, software and services to deliver efficient and effective solutions that meet the entire printing needs of a Participating Public Sector Body. It should be noted that the solution categories detailed above and not representative of the entirety of solutions, supplies and services required by Members and or Participating Public Sector Bodies, or the complete range the CPC wishes to make available for purchase under this Framework Lot.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
49
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
49 month(s) from the commencement date, with 37 initial month(s) and option to extend 1x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Print and Design Services
Lot No
2
two.2.2) Additional CPV code(s)
- 22100000 - Printed books, brochures and leaflets
- 79800000 - Printing and related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Greater Manchester
two.2.4) Description of the procurement
This Lot is designed to meet the Print and Design requirements as well fully managed print services. The lot covers Print and Design, but members will define the level of services they require at a mini-competition stage, and as such it is expected that suppliers are able to offer a range of services through this lot. The lists of services are not exhaustive and include but not limited to:
• Flyers
• Curriculum Booklets
• Posters
• Wall Stickers
• Basic design, artwork, and page layout
• Alternative formats e.g., Braille, Electronic distribution format
• Digital Asset Management
• Mail Management Services including Mail Room Services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
49
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
49 month(s) from the commencement date, with 37 initial month(s) and option to extend 1x12 month(s)
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 35
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
17 February 2025
Local time
12:00pm
Changed to:
Date
27 February 2025
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
17 February 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Crescent Purchasing Consortia
Procurement House
Salford
M6 6AJ
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Crescent Purchasing Consortia
Procurement House
Salford
M6 6AJ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will incorporate a minimum of a ten calendar day standstill period at the point that information on the award of contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contract Regulations 2015, provide for aggrieved parties who have been harmed or are at risk of harm, by breach of the rules to take action in the High Court. Any such action must be brought promptly
six.4.4) Service from which information about the review procedure may be obtained
Crescent Purchasing Consortia
Procurement House
Salford
M6 6AJ
Country
United Kingdom