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 3150103503
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Other activity
Public Procurement
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) is seeking to establish a framework contract with suppliers for the provision of office stationery supplies and electronic office supplies.
The supplier shall be 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 3 (three ) years with an option to extend for one further 12 (twelve) month period.
The new Framework contract will be split into 3 Lots as follows
Lot 1 - Office Stationery and Electronic Office Supplies (EOS) (Single Supplier)
Lot 2 - Office Stationery and Electronic Office Supplies (EOS) (Multi Supplier)
Lot 3 - Electronic Office Supplies (EOS) (Single Supplier)
This mandate 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.
This Agreement will replace RM6059 Office Supplies Framework which was awarded April 20 as a 2+1+1 Agreement (Lots 1 & 3 were awarded Sep 20 due to Covid-19)
All lots for RM6059 will co-terminate at the same time, 5 April 2024.
The full specification is set out in framework Schedule 1 (Specification).
two.1.5) Estimated total value
Value excluding VAT: £400,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Suppliers cannot be awarded both Lot 1 and Lot 3 - there are no restrictions on Lot 2. Therefore, a Bidder may be awarded a place on Lot 2 in addition to being awarded either Lot 1 or Lot 3. Bidders are advised to read the tender documents for further information.
two.2) Description
two.2.1) Title
Office Stationery and Electronic Office Supplies (EOS) (Single Supplier)
Lot No
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 single Supplier Lot.
Lot 1 will be awarded to a single supplier as a result of the eAuction as documented in the ITT.
This lot is for direct award.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 0
Quality criterion - Name: Price / Weighting: 100
Price - Weighting: 100
two.2.6) Estimated value
Value excluding VAT: £175,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend the duration of the Framework Contract for any period or periods up to a maximum of one (1) twelve (12) month extension period in total from the expiry of the Initial Period.
CCS reserve the right to extend lots by varying durations
two.2.10) Information about variants
Variants will be accepted: No
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 will conduct an eAuction for Lot 1.
CCS reserves 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 will be 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
Office Stationery and Electronic Office Supplies (EOS)
Lot No
2
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: 50
Quality criterion - Name: Price / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £170,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 3 years, with an option to extend the duration of the Framework Contract for any period or periods up to a maximum of one (1) twelve (12) month extension period in total from the expiry of the Initial Period.
CCS reserve the right to extend lots by varying durations
two.2.10) Information about variants
Variants will be accepted: No
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
The framework will be 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)
Lot No
3
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
EOS only. This is a single supplier Lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 0
Quality criterion - Name: Price / Weighting: 100
Price - Weighting: 100
two.2.6) Estimated value
Value excluding VAT: £55,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 3 years (36 months) with an option to extend the duration of the Framework Contract for any period or periods up to a maximum of one (1) twelve (12) month extension period in total from the expiry of the Initial Period.
CCS reserve the right to extend lots by varying durations
two.2.10) Information about variants
Variants will be accepted: No
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 will conduct an eAuction for Lot 3.
CCS reserves 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 will be established for 36 months with the option to extend for up to 1 further period of 12 months.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Not mandatory
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
Framework agreement with several operators
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 000-003879
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
11 August 2023
Local time
3:00pm
Changed to:
Date
23 August 2023
Local time
3:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 14 February 2024
four.2.7) Conditions for opening of tenders
Date
11 August 2023
Local time
3:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/3d9ab200-8a6d-4f55-83d5-adf758cb663c
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 the 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.
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.
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 3450103503
Country
United Kingdom