Awarded contract

Multifunctional Devices and Associated Digital Solutions Framework

  • CBG Buying
  • Public Sector
  • Dukefield Procurement Limited

F03: Contract award notice

Notice reference: 2024/S 000-006532

Published 29 February 2024, 2:09pm



Section one: Contracting authority

one.1) Name and addresses

CBG Buying

International House, 24 Holborn Viaduct

London

EC1A 2BN

Email

Steve@charitiesbuyinggroup.com

Telephone

+44 8001953010

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

http://www.charitiesbuyinggroup.com/

Buyer's address

http://www.charitiesbuyinggroup.com/

one.1) Name and addresses

Public Sector

International House

London

EC1A 2BN

Email

Steve@charitiesbuyinggroup.com

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.charitiesbuyinggroup.com/

Buyer's address

http://www.charitiesbuyinggroup.com/

one.1) Name and addresses

Dukefield Procurement Limited

Parkside House 167, Chorley

Bolton

BL1 4RA

Email

steve.davies@dukefieldprocurement.co.uk

Telephone

+44 7966040564

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.dukefield.co.uk/about-us/

Buyer's address

http://www.dukefield.co.uk/about-us/

one.2) Information about joint procurement

The contract involves joint procurement

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Multifunctional Devices and Associated Digital Solutions Framework

Reference number

CA13138 - CBG/DU/MFD/01

two.1.2) Main CPV code

  • 79800000 - Printing and related services

two.1.3) Type of contract

Services

two.1.4) Short description

This is a framework for the supply of multifunctional devices and associated digital solutions. It is let by the CBG Buying Community Interest Company known as Charities Buying Group and is available for use by members of the Charities Buying Group and all other organisations across the UK Public Sector.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £100,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 30191000 - Office equipment except furniture
  • 79811000 - Digital printing services
  • 63120000 - Storage and warehousing services
  • 48311000 - Document management software package
  • 30197645 - Card for printing
  • 30231300 - Display screens
  • 30125000 - Parts and accessories of photocopying apparatus
  • 38651000 - Cameras
  • 72512000 - Document management services
  • 79810000 - Printing services
  • 32320000 - Television and audio-visual equipment
  • 30121100 - Photocopiers
  • 30197630 - Printing paper
  • 79520000 - Reprographic services
  • 72212310 - Document creation software development services
  • 30192400 - Reprographic supplies
  • 30192110 - Ink products
  • 38651600 - Digital cameras
  • 48000000 - Software package and information systems
  • 50313000 - Maintenance and repair of reprographic machinery
  • 30232100 - Printers and plotters
  • 30232110 - Laser printers
  • 79410000 - Business and management consultancy services
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 79571000 - Mailing services
  • 50313100 - Photocopier repair services
  • 30232140 - Plotters
  • 72212780 - System, storage and content management software development services
  • 30192113 - Ink cartridges
  • 79521000 - Photocopying services
  • 22100000 - Printed books, brochures and leaflets
  • 79821000 - Print finishing services
  • 30121000 - Photocopying and thermocopying equipment
  • 30232000 - Peripheral equipment
  • 30200000 - Computer equipment and supplies
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 30232130 - Colour graphics printers
  • 79820000 - Services related to printing
  • 51000000 - Installation services (except software)
  • 50313200 - Photocopier maintenance services
  • 48517000 - IT software package
  • 30236000 - Miscellaneous computer equipment
  • 79570000 - Mailing-list compilation and mailing services
  • 30121300 - Reproduction equipment
  • 30131000 - Mailroom equipment
  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 22900000 - Miscellaneous printed matter
  • 22800000 - Paper or paperboard registers, account books, binders, forms and other articles of printed stationery
  • 30123000 - Office and business machines
  • 63121000 - Storage and retrieval services
  • 64110000 - Postal services
  • 30121200 - Photocopying equipment
  • 30231310 - Flat panel displays
  • 30130000 - Post-office equipment
  • 79999100 - Scanning services
  • 22200000 - Newspapers, journals, periodicals and magazines
  • 38520000 - Scanners
  • 64100000 - Post and courier services
  • 79995100 - Archiving services
  • 30197642 - Photocopier paper and xerographic paper
  • 79823000 - Printing and delivery services
  • 79824000 - Printing and distribution services
  • 48782000 - Storage management software package
  • 22000000 - Printed matter and related products
  • 50310000 - Maintenance and repair of office machinery
  • 30120000 - Photocopying and offset printing equipment

two.2.3) Place of performance

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

United Kingdom

two.2.4) Description of the procurement

This framework will provide access to a comprehensive suite of multifunctional devices and associated digital solutions. It is being established to meet the needs of Charities Buying Group Members,http://www.charitiesbuyinggroup.com. 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 10 suppliers awarded a place on the framework.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60.00%

Price - Weighting: 40.00%

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 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 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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-034183


Section five. Award of contract

Contract No

CA13138

Title

Multifunctional Devices and Associated Digital Solutions Framework

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 February 2024

five.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

RIGHT DIGITAL SOLUTIONS LIMITED

Milton Gate,, 60 Chiswell Street

LONDON

EC1Y 4AG

Email

paul.rylands@rightdigitalsolutions.com

Telephone

+44 2074664700

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.capita.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

Ricoh UK Ltd

2nd Floor, 900 Pavilion Drive, Northampton Business Park

Northampton

NN4 7RG

Email

bid.team@ricoh.co.uk

Telephone

+44 1604814900

Fax

+44 2082614004

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.ricoh.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

Kyocera Document Solutions

75-77 Eldon Court, London Road

Reading

RG1 5BS

Email

bidteam@duk.kyocera.com

Telephone

+44 1189311500

Fax

+44 1189230793

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

http://www.kyoceradocumentsolutions.co.uk/

The contractor is an SME

No

five.2.3) Name and address of the contractor

Aurora Managed Services Ltd

LONDON

SW1E 6DR

Email

service@aurora.co.uk

Telephone

+44 2075033000

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.aurora.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

Altodigital Networks Ltd

Summit House, Cherry Court Way

Bedfordshire

LU7 4UH

Email

enquiries@altodigital.com

Telephone

+44 1525218300

Fax

+44 1525383130

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.altodigital.com

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Apogee Corporation Limited

Nimbus House, Liphook Way

Maidstone

ME16 0FZ

Email

Portals@apogeecorp.com

Telephone

+44 1622606123

Fax

+44 1522834616

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.apogeecorp.com

The contractor is an SME

No

five.2.3) Name and address of the contractor

sharp business systems UK PLC

northern House, moor knoll lane

wakefield

wf32ee

Email

bidteam.sbsuk@sharp.eu

Telephone

+44 2087342041

Fax

+44 1924820433

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.sharp.co.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £100,000,000


Section six. Complementary information

six.3) Additional information

CBG Internal Reference Number is CBG/DU/MFD/01. The framework is being delivered by Charities Buying Group and its partners Dukefield Procurement Ltd and Dukefield Print Solutions Limited (who are subsidiaries of Dukefield Limited Ltd). Dukefield Procurement Ltd and Dukefield Print Solutions Limited are acting as agents of Charities Buying Group 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. Charities Buying Group 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 group'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 V.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 in question 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, where their final evaluation score (s) is within 0.5% of the last placed position. For the avoidance of doubt, the last placed position in respect of this framework is tenth place. 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.

six.4) Procedures for review

six.4.1) Review body

Charities Buying Group

International House, 24 Holborn Viaduct

London

EC1A 2BN

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Charities Buying Group

International House, 24 Holborn Viaduct

London

EC1A 2BN

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures Charities Buying Group will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into.

Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the

Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

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

Charities Buying Group

International House, 24 Holborn Viaduct

London

EC1A 2BN

Country

United Kingdom