Contract

Print and Associated Services Framework to include Hybrid Mail and Digital Transformation Solutions

  • University of Essex
  • Dukefield Procurement Limited
  • Public Sector

F03: Contract award notice

Notice identifier: 2025/S 000-025578

Procurement identifier (OCID): ocds-h6vhtk-04e462 (view related notices)

Published 23 May 2025, 9:39am



Section one: Contracting authority

one.1) Name and addresses

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

Email

philip.sweeting@essex.ac.uk

Telephone

+44 1206872954

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.essex.ac.uk/

Buyer's address

https://www.essex.ac.uk/

one.1) Name and addresses

Dukefield Procurement Limited

Parkside House 167, Chorley

Bolton

BL1 4RA

Email

steve.davies@dukefieldprocurement.co.uk

Telephone

+44 7966040564

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.dukefield.co.uk/about-us/

Buyer's address

http://www.dukefield.co.uk/about-us/

one.1) Name and addresses

Public Sector

Wivenhoe Park

Colchester

CO4 3SQ

Email

philip.sweeting@essex.ac.uk

Telephone

+44 1206872954

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.essex.ac.uk/

Buyer's address

https://www.essex.ac.uk/

one.2) Information about joint procurement

The contract involves joint procurement

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Print and Associated Services Framework to include Hybrid Mail and Digital Transformation Solutions

Reference number

CA15282 - UOE/DU/PRINT/01

two.1.2) Main CPV code

  • 79800000 - Printing and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Framework will provide access to a comprehensive range of Print and Associated Services including Hybrid Mail and Digital Transformation Solutions. It is let by the University of Essex and is open for use by all contracting authorities across the public sector throughout the UK (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks, Registered Social Landlords and any other body permitted by the Contracting Authority. Full details of the classification of eligible end user establishments and geographical areas is available at https://www.dukefieldprocurement.co.uk/fts-eligible-users

The Framework will be let across a single Lot. There will be a maximum of fifteen (15) suppliers awarded a place on the framework.

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: £100,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79410000 - Business and management consultancy services
  • 79995100 - Archiving services
  • 30131000 - Mailroom equipment
  • 22000000 - Printed matter and related products
  • 72512000 - Document management services
  • 72212310 - Document creation software development services
  • 79820000 - Services related to printing
  • 64100000 - Post and courier services
  • 79810000 - Printing services
  • 79571000 - Mailing services
  • 79821000 - Print finishing services
  • 22458000 - Bespoke printed matter
  • 79570000 - Mailing-list compilation and mailing services
  • 48782000 - Storage management software package
  • 64110000 - Postal services
  • 79811000 - Digital printing services
  • 22150000 - Brochures
  • 22140000 - Leaflets
  • 72412000 - Electronic mail service provider
  • 64216120 - Electronic mail services
  • 63121000 - Storage and retrieval services
  • 30197630 - Printing paper
  • 22800000 - Paper or paperboard registers, account books, binders, forms and other articles of printed stationery
  • 22822000 - Business forms
  • 79415200 - Design consultancy services
  • 79824000 - Printing and distribution services
  • 79999100 - Scanning services
  • 63120000 - Storage and warehousing services
  • 64227000 - Integrated telecommunications services
  • 22100000 - Printed books, brochures and leaflets
  • 64000000 - Postal and telecommunications services
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 79823000 - Printing and delivery services
  • 79822500 - Graphic design services
  • 22900000 - Miscellaneous printed matter

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

united kingdom

two.2.4) Description of the procurement

The framework will provide access to a comprehensive suite of Print and Associated Services to include, but not be limited to:

• Print Supplies and Services

• Design Services

• Hybrid Mail Services and Solutions

• Digital Transformation Solutions - including Cloud Services, Document Management Services, Document Storage and Distribution Services, Omni Channel Communications, Mailing and Mail Management Solutions and Scanning and Archiving Services.

• Consultancy Services - there will also be access to a range of consultancy service to support the operation and use of the framework across all framework supply and service areas.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60.00%

Price - Weighting: 40.00%

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


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.1.8) 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: 2025/S 000-005981


Section five. Award of contract

Contract No

CA15282

Title

Print and Associated Services Framework to include Hybrid Mail and Digital Transformation Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 May 2025

five.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

PSL Print Management Ltd

Unit A59, RedScar Business Park

Preston

PR2 5ND

Email

tenders@pslprint.co.uk

Telephone

+44 1772704515

Fax

+44 1772703848

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.pslprint.com

The contractor is an SME

No

five.2.3) Name and address of the contractor

FCS Laser Mail

20 Wood Lane, Erdington

BIRMINGHAM

B24 9QL

Email

sales@fcslasermail.co.uk

Telephone

+44 1213064300

Fax

+44 1213064310

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.fcslasermail.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

Harlow Solutions

7-21 Maxwell Street,

South Shields

NE33 4PU

Email

sales@harlowprinting.co.uk

Telephone

+44 1914554286

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://harlowsolutions.co.uk/

The contractor is an SME

No

five.2.3) Name and address of the contractor

MBA Group Ltd

MBA House, Garman Road

London

N17 0HW

Email

tfoo@mba-group.com

Telephone

+44 2083764300

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.mba-group.com

The contractor is an SME

No

five.2.3) Name and address of the contractor

Sterling Press Ltd

Sterling House, Kettering Venture Park

Kettering

NN15 6XU

Email

tenders@sterlingsolutions.co.uk

Telephone

+44 1536527300

Fax

+44 8700842100

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

http://www.sterlingsolutions.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

CDS PRINT SERVICES LTD

Riverside House 7 Canal Wharf,

LEEDS

LS11 5AS

Email

bids@cds-print.co.uk

Telephone

+44 1133994000

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.cds.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

CDP Print Management

Form House, 74-82 Rose Lane

Liverpool

L18 8EE

Email

tenders@cdp.co.uk

Telephone

+44 1517247000

Fax

+44 1517246478

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.cdp.co.uk

The contractor is an SME

Yes

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

Total value of the contract/lot: £100,000,000


Section six. Complementary information

six.3) Additional information

The University of Essex's Internal Reference Number is UOE/DU/PRINT/01. The framework is being delivered by the University of Essex and its partners Dukefield Procurement Ltd (who are a subsidiary of Dukefield Ltd). Dukefield Procurement Ltd are acting as agents of the University of Essex in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at: https://suppliers.multiquote.com

The tender is available from the opportunities menu on the login page of the site. The Contracting Authority shall not be under any obligation to accept the lowest tender or indeed any tender. The University of Essex expressly reserves the rights:

(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;

(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;

(c) to award a contract covering only part of it's requirements if explicitly detailed within the tender documentation;

(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;

(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;

(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;

(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/ discussion documents to the market where appropriate to the subject matter of this procurement;

(h) the contracting authority will not be liable for any costs incurred by tenderers;

(i) the value of the framework provided in section II.1.5 is only an estimate and the contracting authority will not guarantee any business through this framework agreement;

and

(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4. Tenderers should note, in reference to section IV.1.3, envisaged maximum number of participants to the framework:

Where, following the evaluation of bids, more than one tenderer is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the purpose of calculating the maximum number of suppliers under the framework. The

contracting authority will award a framework agreement to additional tenderers on the framework beyond the stated maximum number, where their final evaluation score(s) is within 0.5% of the last placed position on the framework. For the avoidance of doubt, the 15th placed position in respect of this framework. Therefore, tenderers within 0.5%, along with the tenderer in last placed position, shall be deemed to occupy the last framework agreement contract award position for the framework.

six.4) Procedures for review

six.4.1) Review body

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

Country

United Kingdom

Internet address

https://www.essex.ac.uk/

six.4.2) Body responsible for mediation procedures

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

Country

United Kingdom

Internet address

https://www.essex.ac.uk/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The University of Essex will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and

Northern Ireland). Any action must be generally brought within 3 months. If a declaration of

ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into.

Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the

Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

six.4.4) Service from which information about the review procedure may be obtained

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

Country

United Kingdom

Internet address

https://www.essex.ac.uk/