Print and Digital Communications

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F14: Notice for changes or additional information

Notice reference: 2024/S 000-013431

Published 25 April 2024, 12:56pm



Section one: Contracting authority/entity

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

Email

ccsprintteam@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Print and Digital Communications

two.1.2) Main CPV code

  • 79800000 - Printing and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of printed matter, digital communications and related products for use by Central Government and UK public sector bodies.

The agreement shall include multiple routes to market (Direct Award and Further Competition) for purchasing print products, digital communications and all associated services to provide an end to end print management service.

The scope shall include all types of print such as operational, transactional, and secure print, and the associated services such as direct mail, storage, fulfilment and distribution, digital asset management, digital solutions, omni channel communications, content creation, pre-production services, media duplication and official papers.

The lotting structure of this framework has been determined as a result of market engagement and is as follows:

Lot 1 Print and Digital Communications (Direct Award, including Command & House Papers)

Lot 2 Print and Digital Communications (Further Competition)


Section six. Complementary information

six.6) Original notice reference

Notice number: 2024/S 000-013008


Section seven. Changes

seven.1.2) Text to be corrected in the original notice

Section number

II.2.6

Lot No

1

Place of text to be modified

Lot 1 Value

Instead of
Text

£19,000,000.00

Read
Text

£190,000,000.00

Section number

VI.3

Instead of
Text

As part of this contract notice the following documents can be accessed at;

https://www.contractsfinder.service.gov.uk/Notice/c20c14f7-ecd2-495a-9b9c-a826bfda740f

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.

For Lot 2 only, CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position. Please refer to Attachment 2 How to Bid in the tender documents.

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.

Please note the contract period is for 48 months with a 3 month implementation period

Read
Text

As part of this contract notice the following documents can be accessed at;

https://www.contractsfinder.service.gov.uk/Notice/c20c14f7-ecd2-495a-9b9c-a826bfda740f

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. For Lot 2 only, CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position. Please refer to Attachment 2 How to Bid in the tender documents.

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.

The total duration of this framework is 51 months. This includes a non trading implementation period of 3 months. The length of the call off period is 48 months

Section number

IV.2.6

Instead of
Date

28 December 2024

Read
Date

19 November 2024