- Scope of the procurement
- Lot 1. Multifunctional Print Devices (MFDs) and Basic Print Management Software
- Lot 2. Multifunctional Print Devices (MFDs), Print Management and/or Digital Workflow Software and Associated Services
- Lot 3. Multifunctional Print Devices (MFDs), Print Management and/or Digital Workflow Under Managed Service Provision
- Lot 4. GovPrint hardware, accessories and operational services
- Lot 5. Print Consultancy Services
Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Multifunctional Devices (MFDs), GovPrint Hardware, Managed Print Services and Digital Workflow Software Services
Reference number
RM6361
two.1.2) Main CPV code
- 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
two.1.3) Type of contract
Supplies
two.1.4) Short description
This agreement will provide access to multifunctional devices, managed print services, technical resources, digital workflow, cloud solutions for digital transition and print consultancy services.
Please look at additional main CPV codes for goods and services.
two.1.5) Estimated total value
Value excluding VAT: £900,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Multifunctional Print Devices (MFDs) and Basic Print Management Software
Lot No
1
two.2.2) Additional CPV code(s)
- 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
- 30120000 - Photocopying and offset printing equipment
- 30121000 - Photocopying and thermocopying equipment
- 30121100 - Photocopiers
- 30121200 - Photocopying equipment
- 30121300 - Reproduction equipment
- 30123000 - Office and business machines
- 30125000 - Parts and accessories of photocopying apparatus
- 30174000 - Label making machines
- 30192400 - Reprographic supplies
- 30232100 - Printers and plotters
- 30232130 - Colour graphics printers
- 48000000 - Software package and information systems
- 48311000 - Document management software package
- 48311100 - Document management system
- 48613000 - Electronic data management (EDM)
- 48773000 - Print utility software package
- 48773100 - Print-spooling software package
- 48780000 - System, storage and content management software package
- 48783000 - Content management software package
- 48800000 - Information systems and servers
- 48810000 - Information systems
- 48820000 - Servers
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 50310000 - Maintenance and repair of office machinery
- 50313000 - Maintenance and repair of reprographic machinery
- 50313100 - Photocopier repair services
- 50313200 - Photocopier maintenance services
- 72212311 - Document management software development services
- 72212772 - Print utility software development services
- 72212780 - System, storage and content management software development services
- 72212782 - Storage management software development services
- 72220000 - Systems and technical consultancy services
- 72221000 - Business analysis consultancy services
- 72222100 - Information systems or technology strategic review services
- 72222200 - Information systems or technology planning services
- 72222300 - Information technology services
- 72223000 - Information technology requirements review services
- 72228000 - Hardware integration consultancy services
- 72512000 - Document management services
- 72513000 - Office automation services
- 79212000 - Auditing services
- 79212200 - Internal audit services
- 79311000 - Survey services
- 79311200 - Survey conduction services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79520000 - Reprographic services
- 79521000 - Photocopying services
- 79800000 - Printing and related services
- 79810000 - Printing services
- 79811000 - Digital printing services
- 79820000 - Services related to printing
- 79821000 - Print finishing services
- 79995000 - Library management services
- 79995100 - Archiving services
- 79999100 - Scanning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The purpose of Lot 1 is to appoint a single Supplier who shall be responsible for the provision of Multifunctional Print Devices (MFDs) and Basic Print Management Software via Direct Award between the successful Supplier and Buyer.
Lot 1 shall provide a simple, efficient and compliant route for Buyers to procure a range of MFDs and Basic Print Management Software through a Supplier hosted Web-based Online Solution which shall support the reduction of print output volume and enable significant savings on print management costs for Buyers, through a secure print facility.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 0
Price - Weighting: 100
two.2.6) Estimated value
Value excluding VAT: £180,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: No
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.2.14) Additional information
1 place to be awarded on this lot
two.2) Description
two.2.1) Title
Multifunctional Print Devices (MFDs), Print Management and/or Digital Workflow Software and Associated Services
Lot No
2
two.2.2) Additional CPV code(s)
- 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
- 30120000 - Photocopying and offset printing equipment
- 30121000 - Photocopying and thermocopying equipment
- 30121100 - Photocopiers
- 30121200 - Photocopying equipment
- 30121300 - Reproduction equipment
- 30123000 - Office and business machines
- 30125000 - Parts and accessories of photocopying apparatus
- 30174000 - Label making machines
- 30192400 - Reprographic supplies
- 30232100 - Printers and plotters
- 30232130 - Colour graphics printers
- 48000000 - Software package and information systems
- 48311000 - Document management software package
- 48311100 - Document management system
- 48613000 - Electronic data management (EDM)
- 48773000 - Print utility software package
- 48773100 - Print-spooling software package
- 48780000 - System, storage and content management software package
- 48783000 - Content management software package
- 48800000 - Information systems and servers
- 48810000 - Information systems
- 48820000 - Servers
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 50310000 - Maintenance and repair of office machinery
- 50313000 - Maintenance and repair of reprographic machinery
- 50313100 - Photocopier repair services
- 50313200 - Photocopier maintenance services
- 72212311 - Document management software development services
- 72212772 - Print utility software development services
- 72212780 - System, storage and content management software development services
- 72212782 - Storage management software development services
- 72220000 - Systems and technical consultancy services
- 72221000 - Business analysis consultancy services
- 72222100 - Information systems or technology strategic review services
- 72222200 - Information systems or technology planning services
- 72222300 - Information technology services
- 72223000 - Information technology requirements review services
- 72228000 - Hardware integration consultancy services
- 72512000 - Document management services
- 72513000 - Office automation services
- 79212000 - Auditing services
- 79212200 - Internal audit services
- 79311000 - Survey services
- 79311200 - Survey conduction services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79520000 - Reprographic services
- 79521000 - Photocopying services
- 79800000 - Printing and related services
- 79810000 - Printing services
- 79811000 - Digital printing services
- 79820000 - Services related to printing
- 79821000 - Print finishing services
- 79995000 - Library management services
- 79995100 - Archiving services
- 79999100 - Scanning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Lot 2 service is for the provision of a catalogued range of new and remanufactured Digital Equipment along with a range of Software Products and Cloud services. All Products and Services are underpinned by a range of Deployment and Operational support Services. The additional services available are: Overseas delivery, Interim Specialist Technical Support Resources and Third Party Multi-Vendor legacy Device Management.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £350,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: No
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.2.14) Additional information
10 places to be awarded
two.2) Description
two.2.1) Title
Multifunctional Print Devices (MFDs), Print Management and/or Digital Workflow Under Managed Service Provision
Lot No
3
two.2.2) Additional CPV code(s)
- 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
- 30120000 - Photocopying and offset printing equipment
- 30121000 - Photocopying and thermocopying equipment
- 30121100 - Photocopiers
- 30121200 - Photocopying equipment
- 30121300 - Reproduction equipment
- 30123000 - Office and business machines
- 30125000 - Parts and accessories of photocopying apparatus
- 30174000 - Label making machines
- 30192400 - Reprographic supplies
- 30232100 - Printers and plotters
- 30232130 - Colour graphics printers
- 48000000 - Software package and information systems
- 48311000 - Document management software package
- 48311100 - Document management system
- 48613000 - Electronic data management (EDM)
- 48773000 - Print utility software package
- 48773100 - Print-spooling software package
- 48780000 - System, storage and content management software package
- 48783000 - Content management software package
- 48800000 - Information systems and servers
- 48810000 - Information systems
- 48820000 - Servers
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 50310000 - Maintenance and repair of office machinery
- 50313000 - Maintenance and repair of reprographic machinery
- 50313100 - Photocopier repair services
- 50313200 - Photocopier maintenance services
- 72212311 - Document management software development services
- 72212772 - Print utility software development services
- 72212780 - System, storage and content management software development services
- 72212782 - Storage management software development services
- 72220000 - Systems and technical consultancy services
- 72221000 - Business analysis consultancy services
- 72222100 - Information systems or technology strategic review services
- 72222200 - Information systems or technology planning services
- 72222300 - Information technology services
- 72223000 - Information technology requirements review services
- 72228000 - Hardware integration consultancy services
- 72512000 - Document management services
- 72513000 - Office automation services
- 79212000 - Auditing services
- 79212200 - Internal audit services
- 79311000 - Survey services
- 79311200 - Survey conduction services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79520000 - Reprographic services
- 79521000 - Photocopying services
- 79800000 - Printing and related services
- 79810000 - Printing services
- 79811000 - Digital printing services
- 79820000 - Services related to printing
- 79821000 - Print finishing services
- 79995000 - Library management services
- 79995100 - Archiving services
- 79999100 - Scanning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Supplier is required to provide a Managed Service to meet the Buyer’s ‘outputs and outcomes’ detailed within its specification of requirements by designing, installing and managing the Services that meet the Buyer’s requirements.
A significant driver of Lot 3 is to provide Buyers with the opportunity to deliver their short, medium or long term Digital Strategy by identifying and or creating digital solutions within one (1) competition to support organisations with digitalisation of their business processes.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £150,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: No
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.2.14) Additional information
9 places to be awarded
two.2) Description
two.2.1) Title
GovPrint hardware, accessories and operational services
Lot No
4
two.2.2) Additional CPV code(s)
- 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
- 30120000 - Photocopying and offset printing equipment
- 30121000 - Photocopying and thermocopying equipment
- 30121100 - Photocopiers
- 30121200 - Photocopying equipment
- 30121300 - Reproduction equipment
- 30123000 - Office and business machines
- 30125000 - Parts and accessories of photocopying apparatus
- 30174000 - Label making machines
- 30192400 - Reprographic supplies
- 30232100 - Printers and plotters
- 30232130 - Colour graphics printers
- 48000000 - Software package and information systems
- 48311000 - Document management software package
- 48311100 - Document management system
- 48613000 - Electronic data management (EDM)
- 48773000 - Print utility software package
- 48773100 - Print-spooling software package
- 48780000 - System, storage and content management software package
- 48783000 - Content management software package
- 48800000 - Information systems and servers
- 48810000 - Information systems
- 48820000 - Servers
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 50310000 - Maintenance and repair of office machinery
- 50313000 - Maintenance and repair of reprographic machinery
- 50313100 - Photocopier repair services
- 50313200 - Photocopier maintenance services
- 72212311 - Document management software development services
- 72212772 - Print utility software development services
- 72212780 - System, storage and content management software development services
- 72212782 - Storage management software development services
- 72220000 - Systems and technical consultancy services
- 72221000 - Business analysis consultancy services
- 72222100 - Information systems or technology strategic review services
- 72222200 - Information systems or technology planning services
- 72222300 - Information technology services
- 72223000 - Information technology requirements review services
- 72228000 - Hardware integration consultancy services
- 72512000 - Document management services
- 72513000 - Office automation services
- 79212000 - Auditing services
- 79212200 - Internal audit services
- 79311000 - Survey services
- 79311200 - Survey conduction services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79520000 - Reprographic services
- 79521000 - Photocopying services
- 79800000 - Printing and related services
- 79810000 - Printing services
- 79811000 - Digital printing services
- 79820000 - Services related to printing
- 79821000 - Print finishing services
- 79995000 - Library management services
- 79995100 - Archiving services
- 79999100 - Scanning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The purpose of Lot 4 is to appoint multiple Suppliers who shall be responsible for the provision of Multi-functional Print Devices (MFDs) hardware, accessories and operational services to support the Government Property Agency (GPA) in its delivery of the GovPrint service provision.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £200,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: No
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.2.14) Additional information
5 places to be awarded
two.2) Description
two.2.1) Title
Print Consultancy Services
Lot No
5
two.2.2) Additional CPV code(s)
- 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
- 30120000 - Photocopying and offset printing equipment
- 30121000 - Photocopying and thermocopying equipment
- 30121100 - Photocopiers
- 30121200 - Photocopying equipment
- 30121300 - Reproduction equipment
- 30123000 - Office and business machines
- 30125000 - Parts and accessories of photocopying apparatus
- 30174000 - Label making machines
- 30192400 - Reprographic supplies
- 30232100 - Printers and plotters
- 30232130 - Colour graphics printers
- 48000000 - Software package and information systems
- 48311000 - Document management software package
- 48311100 - Document management system
- 48613000 - Electronic data management (EDM)
- 48773000 - Print utility software package
- 48773100 - Print-spooling software package
- 48780000 - System, storage and content management software package
- 48783000 - Content management software package
- 48800000 - Information systems and servers
- 48810000 - Information systems
- 48820000 - Servers
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 50310000 - Maintenance and repair of office machinery
- 50313000 - Maintenance and repair of reprographic machinery
- 50313100 - Photocopier repair services
- 50313200 - Photocopier maintenance services
- 72212311 - Document management software development services
- 72212772 - Print utility software development services
- 72212780 - System, storage and content management software development services
- 72212782 - Storage management software development services
- 72220000 - Systems and technical consultancy services
- 72221000 - Business analysis consultancy services
- 72222100 - Information systems or technology strategic review services
- 72222200 - Information systems or technology planning services
- 72222300 - Information technology services
- 72223000 - Information technology requirements review services
- 72228000 - Hardware integration consultancy services
- 72512000 - Document management services
- 72513000 - Office automation services
- 79212000 - Auditing services
- 79212200 - Internal audit services
- 79311000 - Survey services
- 79311200 - Survey conduction services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79520000 - Reprographic services
- 79521000 - Photocopying services
- 79800000 - Printing and related services
- 79810000 - Printing services
- 79811000 - Digital printing services
- 79820000 - Services related to printing
- 79821000 - Print finishing services
- 79995000 - Library management services
- 79995100 - Archiving services
- 79999100 - Scanning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The purpose of this Lot 5 Specification is to appoint a number of Suppliers who shall be responsible for the provision of entirely independent vendor neutral Print Consultancy Services between the successful Suppliers and Buyers.
The Supplier shall have the capability to support pan Government strategies, demonstrating scalable solutions that have the flexibility to adapt to future demands in emerging policies and priorities across Government organisations in line with the Government’s Digital by Default agenda in order to maximise savings opportunities and provide added value:
https://www.gov.uk/government/publications/government-digital-strategy
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: No
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.2.14) Additional information
5 places to be awarded
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.
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.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
Yes; Lot 1 and Lot 4
Please refer to Attachment 2 for further information on the eAuction
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-016326
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
10 March 2025
Local time
3:00pm
Changed to:
Date
18 March 2025
Local time
3:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 9 August 2025
four.2.7) Conditions for opening of tenders
Date
10 March 2025
Local time
3:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
As part of this contract notice the following documents can be accessed at:
https://www.contractsfinder.service.gov.uk/Notice/9ffda381-5e5c-4bcc-89ff-920f6be86d54
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.
CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position.
Registering for access:
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.
CCS reserves 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.
six.4) Procedures for review
six.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom