Tender

NHS Notify Printed Communications and Related Services

  • Crown Commercial Service

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-011291

Procurement identifier (OCID): ocds-h6vhtk-04f8da

Published 26 March 2025, 11:32am



Scope

Reference

RM6389

Description

This framework is for the provision of printed communications and related services. It is a UK wide agreement available to all public sector organisations with NHS Notify requirements.

The agreement shall include multiple routes to market (Award without competition, Competitive flexible procedure).

The framework will give the buyers access to direct mail print suppliers, envelope and leaflet production, postal services, accessible formats, pre-production services and alternative printing formats to improve accessibility.

Commercial tool

Establishes a framework

Total value (estimated)

  • £1,200,000,000 excluding VAT
  • £1,440,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 2 October 2025 to 1 January 2030
  • 4 years, 3 months

Main procurement category

Services

CPV classifications

  • 79800000 - Printing and related services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • JE - Jersey
  • IM - Isle of Man

Justification for not using lots

It has been determined that all services and products can be provided by a single supply chain and that a single lot approach provides better value for money and streamlines the process for buyers.


Framework

Maximum number of suppliers

6

Maximum percentage fee charged to suppliers

1%

Further information about fees

The Supplier will pay, excluding VAT, 1% of all the Charges for the Deliverables invoiced to the Buyer under all Call-Off Contracts.

Justification for framework term over 4 years

The term of the framework will be 4 years plus the necessary (non-trading) implementation period of 3 months. This period is to allow suppliers to integrate with the NHS Notify platform.

Framework operation description

Refer to Framework Schedule 7 (Call-off Procedure) for details of the competitive selection processes for the award of contracts under this framework.

In the event that there is a challenge to the Competition and such a challenge is confined to any one particular Lot, the Authority reserves the right to the extent that it is lawful to do so, to conclude a Framework Contract with the successful Suppliers in respect of the Lot(s) that has (have) not been so challenged." and this should go in the lot descriptions the rest is covered in the ITT The Authority also reserves the right to extend Lots by varying durations.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Please refer to the attachment RM6389 NHS Notify Printed Communications and Related Services - Customer List.


Participation

Legal and financial capacity conditions of participation

The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.

Technical ability conditions of participation

The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

9 April 2025, 3:00pm

Tender submission deadline

28 April 2025, 3:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

22 September 2025


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Price Price 40%
Service delivery Quality 20%
Effectively managing supply chains Quality 15%
Maximising value Quality 15%
Social value Quality 10%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Justification for not publishing a preliminary market engagement notice

We engaged with the market for this competition prior to the publication of the tender notice. Details of all engagement that has taken place together with information and/or outcomes can be found here https://www.crowncommercial.gov.uk/agreements/RM6389. Prior to submitting your tender, please read the details from that engagement.

A PME Notice was not published because the preliminary market engagement was undertaken prior to the Act coming into force.


Contracting authority

Crown Commercial Service

  • Public Procurement Organisation Number: PBZB-4962-TVLR

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

United Kingdom

Telephone: +44 3454102222

Email: supplier@crowncommercial.gov.uk

Website: https://www.gov.uk/ccs

Region: UKD72 - Liverpool

Organisation type: Public authority - central government