Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Multifunctional Devices and Associated Digital Solutions Framework

  • First published: 01 March 2024
  • Last modified: 01 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-041b0f
Published by:
CBG Buying
Authority ID:
AA84876
Publication date:
01 March 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This framework will provide access to a comprehensive suite of multifunctional devices and associated digital solutions. It is being established to meet the needs of Charities Buying Group Members,http://www.charitiesbuyinggroup.com. It is also open for use by all contracting authorities across the UK public sector (and any future successors). 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 and registered Social Landlords. Full details of the classification of eligible end user organisations and geographical areas is available at

http://www.dukefieldprocurement.co.uk/fts-eligible-users

The Framework will be let across a single lot, with a maximum of 10 suppliers awarded a place on the framework.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

CBG Buying

International House, 24 Holborn Viaduct

London

EC1A 2BN

UK

Telephone: +44 8001953010

E-mail: Steve@charitiesbuyinggroup.com

NUTS: UKI

Internet address(es)

Main address: http://www.charitiesbuyinggroup.com/

Address of the buyer profile: http://www.charitiesbuyinggroup.com/

I.1) Name and addresses

Public Sector

International House

London

EC1A 2BN

UK

E-mail: Steve@charitiesbuyinggroup.com

NUTS: UK

Internet address(es)

Main address: http://www.charitiesbuyinggroup.com/

Address of the buyer profile: http://www.charitiesbuyinggroup.com/

I.1) Name and addresses

Dukefield Procurement Limited

Parkside House 167, Chorley

Bolton

BL1 4RA

UK

Telephone: +44 7966040564

E-mail: steve.davies@dukefieldprocurement.co.uk

NUTS: UKD3

Internet address(es)

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

Address of the buyer profile: http://www.dukefield.co.uk/about-us/

I.2) Joint procurement

The contract involves joint procurement

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Multifunctional Devices and Associated Digital Solutions Framework

Reference number: CA13138 - CBG/DU/MFD/01

II.1.2) Main CPV code

79800000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This is a framework for the supply of multifunctional devices and associated digital solutions. It is let by the CBG Buying Community Interest Company known as Charities Buying Group and is available for use by members of the Charities Buying Group and all other organisations across the UK Public Sector.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 100 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

30191000

79811000

63120000

48311000

30197645

30231300

30125000

38651000

72512000

79810000

32320000

30121100

30197630

79520000

72212310

30192400

30192110

38651600

48000000

50313000

30232100

30232110

79410000

50340000

79571000

50313100

30232140

72212780

30192113

79521000

22100000

79821000

30121000

30232000

30200000

48300000

30232130

79820000

51000000

50313200

48517000

30236000

79570000

30121300

30131000

30000000

22900000

22800000

30123000

63121000

64110000

30121200

30231310

30130000

79999100

22200000

38520000

64100000

79995100

30197642

79823000

79824000

48782000

22000000

50310000

30120000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

This framework will provide access to a comprehensive suite of multifunctional devices and associated digital solutions. It is being established to meet the needs of Charities Buying Group Members,http://www.charitiesbuyinggroup.com. It is also open for use by all contracting authorities across the UK public sector (and any future successors). 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 and registered Social Landlords. Full details of the classification of eligible end user organisations and geographical areas is available at

http://www.dukefieldprocurement.co.uk/fts-eligible-users

The Framework will be let across a single lot, with a maximum of 10 suppliers awarded a place on the framework.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60.00%

Price / Weighting:  40.00%

II.2.11) Information about options

Options: Yes

Description of options:

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-034183

Section V: Award of contract

Contract No: CA13138

Title: Multifunctional Devices and Associated Digital Solutions Framework

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

19/02/2024

V.2.2) Information about tenders

Number of tenders received: 7

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

V.2.3) Name and address of the contractor

RIGHT DIGITAL SOLUTIONS LIMITED

Milton Gate,, 60 Chiswell Street

LONDON

EC1Y 4AG

UK

Telephone: +44 2074664700

E-mail: paul.rylands@rightdigitalsolutions.com

NUTS: UK

Internet address(es)

URL: www.capita.co.uk

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ricoh UK Ltd

2nd Floor, 900 Pavilion Drive, Northampton Business Park

Northampton

NN4 7RG

UK

Telephone: +44 1604814900

E-mail: bid.team@ricoh.co.uk

Fax: +44 2082614004

NUTS: UK

Internet address(es)

URL: www.ricoh.co.uk

The contractor is an SME: No

V.2.3) Name and address of the contractor

Kyocera Document Solutions

75-77 Eldon Court, London Road

Reading

RG1 5BS

UK

Telephone: +44 1189311500

E-mail: bidteam@duk.kyocera.com

Fax: +44 1189230793

NUTS: UK

Internet address(es)

URL: http://www.kyoceradocumentsolutions.co.uk/

The contractor is an SME: No

V.2.3) Name and address of the contractor

Aurora Managed Services Ltd

LONDON

SW1E 6DR

UK

Telephone: +44 2075033000

E-mail: service@aurora.co.uk

NUTS: UK

Internet address(es)

URL: www.aurora.co.uk

The contractor is an SME: No

V.2.3) Name and address of the contractor

Altodigital Networks Ltd

Summit House, Cherry Court Way

Bedfordshire

LU7 4UH

UK

Telephone: +44 1525218300

E-mail: enquiries@altodigital.com

Fax: +44 1525383130

NUTS: UK

Internet address(es)

URL: www.altodigital.com

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Apogee Corporation Limited

Nimbus House, Liphook Way

Maidstone

ME16 0FZ

UK

Telephone: +44 1622606123

E-mail: Portals@apogeecorp.com

Fax: +44 1522834616

NUTS: UK

Internet address(es)

URL: www.apogeecorp.com

The contractor is an SME: No

V.2.3) Name and address of the contractor

sharp business systems UK PLC

northern House, moor knoll lane

wakefield

wf32ee

UK

Telephone: +44 2087342041

E-mail: bidteam.sbsuk@sharp.eu

Fax: +44 1924820433

NUTS: UK

Internet address(es)

URL: www.sharp.co.uk

The contractor is an SME: No

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

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

CBG Internal Reference Number is CBG/DU/MFD/01. The framework is being delivered by Charities Buying Group and its partners Dukefield Procurement Ltd and Dukefield Print Solutions Limited (who are subsidiaries of Dukefield Limited Ltd). Dukefield Procurement Ltd and Dukefield Print Solutions Limited are acting as agents of Charities Buying Group 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. Charities Buying Group 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 the group'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 V.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 in question 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, where their final evaluation score (s) is within 0.5% of the last placed position. For the avoidance of doubt, the last placed position in respect of this framework is tenth place. 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.

VI.4) Procedures for review

VI.4.1) Review body

Charities Buying Group

International House, 24 Holborn Viaduct

London

EC1A 2BN

UK

VI.4.2) Body responsible for mediation procedures

Charities Buying Group

International House, 24 Holborn Viaduct

London

EC1A 2BN

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures Charities Buying Group 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.

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

Charities Buying Group

International House, 24 Holborn Viaduct

London

EC1A 2BN

UK

VI.5) Date of dispatch of this notice

29/02/2024

Coding

Commodity categories

ID Title Parent category
79995100 Archiving services Library management services
79410000 Business and management consultancy services Business and management consultancy and related services
38651000 Cameras Photographic equipment
30197645 Card for printing Small office equipment
30232130 Colour graphics printers Peripheral equipment
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
38651600 Digital cameras Cameras
79811000 Digital printing services Printing services
30231300 Display screens Computer screens and consoles
72212310 Document creation software development services Programming services of application software
48300000 Document creation, drawing, imaging, scheduling and productivity software package Software package and information systems
72512000 Document management services Computer-related management services
48311000 Document management software package Document creation software package
30231310 Flat panel displays Computer screens and consoles
30192113 Ink cartridges Office supplies
30192110 Ink products Office supplies
51000000 Installation services (except software) Other Services
48517000 IT software package Communication software package
30232110 Laser printers Peripheral equipment
79571000 Mailing services Mailing-list compilation and mailing services
79570000 Mailing-list compilation and mailing services Office-support services
30131000 Mailroom equipment Post-office equipment
50310000 Maintenance and repair of office machinery Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50313000 Maintenance and repair of reprographic machinery Maintenance and repair of office machinery
30236000 Miscellaneous computer equipment Computer-related equipment
22900000 Miscellaneous printed matter Printed matter and related products
22200000 Newspapers, journals, periodicals and magazines Printed matter and related products
30123000 Office and business machines Photocopying and offset printing equipment
30000000 Office and computing machinery, equipment and supplies except furniture and software packages Computer and Related Services
30191000 Office equipment except furniture Various office equipment and supplies
22800000 Paper or paperboard registers, account books, binders, forms and other articles of printed stationery Printed matter and related products
30125000 Parts and accessories of photocopying apparatus Photocopying and offset printing equipment
30232000 Peripheral equipment Computer-related equipment
50313200 Photocopier maintenance services Maintenance and repair of reprographic machinery
30197642 Photocopier paper and xerographic paper Small office equipment
50313100 Photocopier repair services Maintenance and repair of reprographic machinery
30121100 Photocopiers Photocopying and thermocopying equipment
30120000 Photocopying and offset printing equipment Office machinery, equipment and supplies except computers, printers and furniture
30121000 Photocopying and thermocopying equipment Photocopying and offset printing equipment
30121200 Photocopying equipment Photocopying and thermocopying equipment
79521000 Photocopying services Reprographic services
30232140 Plotters Peripheral equipment
64100000 Post and courier services Postal and telecommunications services
64110000 Postal services Post and courier services
30130000 Post-office equipment Office machinery, equipment and supplies except computers, printers and furniture
79821000 Print finishing services Services related to printing
22100000 Printed books, brochures and leaflets Printed matter and related products
22000000 Printed matter and related products Printing and Publishing
30232100 Printers and plotters Peripheral equipment
79823000 Printing and delivery services Services related to printing
79824000 Printing and distribution services Services related to printing
79800000 Printing and related services Business services: law, marketing, consulting, recruitment, printing and security
30197630 Printing paper Small office equipment
79810000 Printing services Printing and related services
50340000 Repair and maintenance services of audio-visual and optical equipment Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
30121300 Reproduction equipment Photocopying and thermocopying equipment
79520000 Reprographic services Office-support services
30192400 Reprographic supplies Office supplies
38520000 Scanners Checking and testing apparatus
79999100 Scanning services Scanning and invoicing services
79820000 Services related to printing Printing and related services
48000000 Software package and information systems Computer and Related Services
63121000 Storage and retrieval services Storage and warehousing services
63120000 Storage and warehousing services Cargo handling and storage services
48782000 Storage management software package System, storage and content management software package
72212780 System, storage and content management software development services Programming services of application software
32320000 Television and audio-visual equipment Television and radio receivers, and sound or video recording or reproducing apparatus

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Steve@charitiesbuyinggroup.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.