Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital Building, 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.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
Office Solutions
Reference number
RM6299
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
Crown Commercial Service (CCS) was seeking to establish a framework contract with suppliers for the provision of office stationery supplies and electronic office supplies.
The supplier was required to provide the deliverables (e.g.good and services) to all public sector organisations throughout the United Kingdom including but not limited to;
office stationery
facility peripherals (janitorial/cleaning products)
paper and paper based products
electronic office supplies (EOS)
office furniture
ergonomic products
catering products
This new Framework contract will be for a period of 36 months with an option to extend for one further 12 (twelve) month period.
The new Framework contract has been split into 2 Lots as follows:
Lot 1 - Office Stationery and Electronic Office Supplies (EOS) (Multi Supplier)
Lot 2 - Electronic Office Supplies (EOS) (Multi Supplier)
This Framework is to replace the current RM6059 Office Supplies framework, which has two single supplier lots and one multi-supplier lot offering a product range similar to the above.
The full specification is set out in Framework Schedule 1 (Specification).
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £400,000,000
two.2) Description
two.2.1) Title
Office Stationery and Electronic Office Supplies (EOS) (Multi Supplier)
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 22111000 - School books
- 22600000 - Ink
- 22610000 - Printing ink
- 22830000 - Exercise books
- 22832000 - Exercise papers
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
- 30125000 - Parts and accessories of photocopying apparatus
- 30125100 - Toner cartridges
- 30125110 - Toner for laser printers/fax machines
- 30125120 - Toner for photocopiers
- 30125130 - Toner for data-processing and research and documentation centres
- 30190000 - Various office equipment and supplies
- 30192000 - Office supplies
- 30192113 - Ink cartridges
- 30192700 - Stationery
- 30197000 - Small office equipment
- 30197600 - Processed paper and paperboard
- 30197642 - Photocopier paper and xerographic paper
- 30197643 - Photocopier paper
- 30199000 - Paper stationery and other items
- 30199230 - Envelopes
- 30199710 - Printed envelopes
- 30230000 - Computer-related equipment
- 30234000 - Storage media
- 30237200 - Computer accessories
- 33141623 - First-aid boxes
- 37800000 - Handicraft and art supplies
- 38112100 - Global navigation and positioning systems (GPS or equivalent)
- 38650000 - Photographic equipment
- 39113700 - Footrests
- 39130000 - Office furniture
- 39162000 - Educational equipment
- 39162110 - Teaching supplies
- 39220000 - Kitchen equipment, household and domestic items and catering supplies
- 39800000 - Cleaning and polishing products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
All office solutions products, including stationery and EOS.
This is a multi Supplier Lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Quality criterion - Name: Price / Weighting: 60
Price - Weighting: 60
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
CCS conducted an eAuction for Lot 1.
CCS reserved the right to not perform an eAuction and to revert to a sealed bid price
evaluation, where the lowest price was awarded maximum price score.
The framework has been established for 36 months with the option to extend for up to
1 further period of 12 months.
two.2) Description
two.2.1) Title
Electronic Office Supplies (EOS) Multi Supplier
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 22600000 - Ink
- 22610000 - Printing ink
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 30125000 - Parts and accessories of photocopying apparatus
- 30125100 - Toner cartridges
- 30125110 - Toner for laser printers/fax machines
- 30125120 - Toner for photocopiers
- 30125130 - Toner for data-processing and research and documentation centres
- 30192113 - Ink cartridges
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Electronic Office Supplies (EOS only). This is a multi supplier Lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Quality criterion - Name: Price / Weighting: 60
Price - Weighting: 60
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
CCS conducted an eAuction for Lot 2.
CCS reserved the right to not perform an eAuction and to revert to a sealed
bid price evaluation, where the lowest price will be awarded maximum price
score.
The framework has been established for 36 months with the option to extend
for up to 1 further period of 12 months.
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.1.6) Information about electronic auction
An electronic auction will be used
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: 2023/S 000-020017
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
Lot No
Lot 1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 April 2024
five.2.2) Information about tenders
Number of tenders received: 13
Number of tenders received by electronic means: 13
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £300,000,000
Section six. Complementary information
six.3) Additional information
The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/Manage/ReviewStart/d2f18800-3d75-42f1-94a9-86f8b2d0c189
1) Redacted Commercial Agreement
2) List of Successful Suppliers
3) Approved Customer list
4) Transparency Agenda
On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
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