Contract

Print Marketplace 2

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

F03: Contract award notice

Notice identifier: 2024/S 000-021230

Procurement identifier (OCID): ocds-h6vhtk-043977

Published 11 July 2024, 11:43am



Section one: Contracting authority

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

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

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

Other activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Print Marketplace 2

Reference number

RM6371

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 (CCS) sought a self-service print platform to bring under management the high-volume, low-spend print requirements across the public sector, allowing access to a pre-qualified, dynamic and local supplier base who offer real-time pricing across the print landscape. This enabled end users to access the best solution for their print requirements based on variables including price and location. It was anticipated that this would be through an external-facing technology platform that provides real-time access to a vendor database of local printers who could offer dynamic pricing for customers’ various print requirements.

This framework had a single supplier lot and can be used by Central Government and UK public sector bodies.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £22,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 22000000 - Printed matter and related products
  • 22100000 - Printed books, brochures and leaflets
  • 22110000 - Printed books
  • 22111000 - School books
  • 22150000 - Brochures
  • 22160000 - Booklets
  • 22440000 - Cheque forms
  • 22450000 - Security-type printed matter
  • 22456000 - Permits
  • 22457000 - Entrance cards
  • 22458000 - Bespoke printed matter
  • 22459000 - Tickets
  • 22459100 - Advertising stickers and strips
  • 22460000 - Trade-advertising material, commercial catalogues and manuals
  • 22461000 - Catalogues
  • 22461100 - List holders
  • 22462000 - Advertising material
  • 22470000 - Manuals
  • 22820000 - Forms
  • 22821000 - Electoral forms
  • 22822000 - Business forms
  • 22822100 - Continuous business forms
  • 22822200 - Non-continuous business forms
  • 22900000 - Miscellaneous printed matter
  • 30197630 - Printing paper
  • 30197640 - Self-copy or other copy paper
  • 30197643 - Photocopier paper
  • 30197645 - Card for printing
  • 30211300 - Computer platforms

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Single supplier for the provision of a technology platform for a self-serve print solution. This enabled end users in the public sector to access real-time pricing on a dynamic basis from local print suppliers for a wide range of print requirements.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

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

Please note that following the award of the framework contract there will be a non-trading mobilisation implementation period until the 15th December 2024. The 16th December 2024 is when provision of the RM6371 Print Marketplace 2 is expected to go live (start).


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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: 2024/S 000-004693

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

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 June 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received by electronic means: 2

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. L3 9PP

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.crowncommercial.gov.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £22,000,000


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/ade696d0-d495-4a78-8f6e-84717bb723e4

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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk