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
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
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
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
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom