Contract

Office Solutions

  • Crown Commercial Service

F03: Contract award notice

Notice identifier: 2024/S 000-015859

Procurement identifier (OCID): ocds-h6vhtk-03a3ed

Published 20 May 2024, 1:56pm



Section one: Contracting authority

one.1) Name and addresses

Crown Commercial Service

The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

nathaniel.bury@crowncommercial.gov.uk

Telephone

+44 345410222

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

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 has established a framework and 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 has established a framework and 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

Email

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/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.

This Contract Award Notice replaces the previous CAN issued on the 20/05/2024 https://www.find-tender.service.gov.uk/Notice/015855-2024

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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 345410222

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/