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 Notice

Postal Goods, Services and Solutions

  • First published: 20 May 2019
  • Last modified: 20 May 2019
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
The Cabinet Office
Authority ID:
AA26341
Publication date:
20 May 2019
Deadline date:
05 July 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This will be a single supplier lot. The supplier shall provide low to medium volume capacity franking machines (including weighing scales) capable of processing up to 200 items of mail per day. This lot also includes maintenance services, service wrap provisions and consumables pertaining to the operation of the equipment to ensure it is kept in good working order.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

The Capital Building, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

Address of the buyer profile: https://www.crowncommercialservice.bravosolution.co.uk

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://crowncommercialservice.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Postal Goods, Services and Solutions

Reference number: RM6017

II.1.2) Main CPV code

64000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative agreement for the provision of postal goods and services to be utilised by central government departments and all other UK public sector bodies, including local authorities, health, police, fire and rescue, education and devolved administrations. It is intended that this commercial agreement will be the recommended vehicle for all postal goods and services required by UK public sector bodies, which include central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, health, police, fire and rescue, education, charities and devolved administrations. CCS is partnering with YPO and ESPO to put this agreement in place. The duration of the Framework Agreement is four (4) years with the option to enable customers to let a call-off agreement that may extend beyond the life of the Framework Agreement.

II.1.5) Estimated total value

Value excluding VAT: 4 140 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

CCS will award places on individual lots or a combination of Lots 1, 2, 3, 4, 6, 7, 8, 9, 10.

If bidding for Lot 5 the successful supplier shall provide independent, vendor neutral services to buyers that access this Lot 5. The supplier shall not be permitted to perform any of the services under any other lots of this framework contract, this is to ensure the integrity and independence of the services.

II.2) Description

Lot No: Lot 1

II.2.1) Title

Low to Medium Volume Franking Machines and Associated Consumables

II.2.2) Additional CPV code(s)

30131400

30144100

50000000

50324200

64100000

64110000

64112000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This will be a single supplier lot. The supplier shall provide low to medium volume capacity franking machines (including weighing scales) capable of processing up to 200 items of mail per day. This lot also includes maintenance services, service wrap provisions and consumables pertaining to the operation of the equipment to ensure it is kept in good working order.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: N/A

Price / Weighting:  100 %

II.2.6) Estimated value

Value excluding VAT: 400 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

CCS will conduct an eAuction for Lot 1 only. For the avoidance of doubt, only bids that fully meet the requirement for quality and the technical specification will be deemed admissible bids to participate in the eAuction. 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.

Lot No: Lot 2

II.2.1) Title

Franking Machines, Mailroom Equipment and Associated Consumables

II.2.2) Additional CPV code(s)

30123400

30124520

30130000

30131000

30131100

30131200

30131300

30131400

30131500

30131600

30131800

30132000

30132100

30132300

30133000

30133100

30144100

30197310

30216130

38520000

39150000

43411000

48100000

48311000

50000000

50324200

50421200

51611100

64100000

64110000

64112000

72212311

72512000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This will be a multi-supplier lot that shall provide a wide range of requirements for franking machines, mailroom equipment, furniture, accessories, consumables and software, supporting maintenance services and service wraps pertaining to the operation of the equipment and ensuring it is kept in good working order.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 600 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

It is envisaged that a framework contract will be awarded to 10 suppliers for this lot. Maximum number of bids may increase for this lot where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 2 is 10th position.

Lot No: Lot 3

II.2.1) Title

Collection and Delivery of Letters, Large Letters and Parcels

II.2.2) Additional CPV code(s)

60160000

60161000

64100000

64110000

64111000

64112000

64113000

64115000

64121100

64121200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This will be a multi-supplier lot. The supplier shall provide a collection and delivery service for letters, large letters, and parcels which are collected from Buyer Site(s) for onward delivery within the UK including England, Northern Ireland, Scotland and Wales.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 1 400 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

It is envisaged that a framework contract will be awarded to 15 suppliers for this lot.

The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 3 is 15th position.

Lot No: Lot 4

II.2.1) Title

Collection and Delivery of Letters, Large Letters and Parcels to International Destinations

II.2.2) Additional CPV code(s)

60160000

60161000

60411000

60421000

64100000

64110000

64111000

64112000

64113000

64121100

64121200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This will be a multi-supplier lot. The supplier shall provide collection and delivery service, for letters, large letters and parcels which are collected from buyer site(s) for onward delivery to international destinations.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 40 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

It is envisaged that a framework contract will be awarded to 10 suppliers for this lot.

The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 4 is 10th position.

Lot No: Lot 5

II.2.1) Title

Audits, Efficiency Reviews and Niche Consultancy

II.2.2) Additional CPV code(s)

64110000

72220000

72221000

72228000

72316000

79212000

79212200

79311000

79410000

79418000

79421000

79421100

79900000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This is a multi-supplier lot. The supplier shall provide independent audits, efficiency reviews and niche consultancy services specific to mailroom operations and associated document and data management. Suppliers should be aware that if bidding for Lot 5 and are successful on Lot 5, suppliers will not be allowed to perform any other services on any other lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70 %

Price / Weighting:  30 %

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

It is envisaged that a framework contract will be awarded to 10 suppliers for this lot.

The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 5 is 10th position.

Lot No: Lot 6

II.2.1) Title

Business Process Outsourcing, Mailroom, Document and Data Managed Service

II.2.2) Additional CPV code(s)

22821000

30131500

30132100

30133000

48000000

48213000

48223000

48310000

48500000

63121100

64000000

64216000

72212223

72212311

72212780

72412000

72512000

75100000

79410000

79421000

79421100

79500000

79570000

79800000

79900000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This is a multi-supplier lot. The supplier shall provide a fully outsourced managed service including on/off-site mailroom management, digital mailroom management and document and data management services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70 %

Price / Weighting:  30 %

II.2.6) Estimated value

Value excluding VAT: 600 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

It is envisaged that a framework contract will be awarded to 10 suppliers for this lot.

The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 6 is 10th position.

Lot No: Lot 7

II.2.1) Title

Hybrid Mail, Digital and Transformational Communications

II.2.2) Additional CPV code(s)

22821000

30131000

30133000

30133100

48000000

48100000

48200000

48210000

48211000

48213000

48214000

48219000

48219700

48223000

48310000

48311000

48311100

48313000

48320000

48328000

48329000

48500000

48613000

48780000

48781000

48782000

48920000

60161000

64000000

64100000

64110000

64112000

64122000

64216000

64216120

72212223

72212311

72212780

72412000

72512000

79570000

79571000

79800000

79823000

79824000

79900000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This is a multi-supplier lot. The supplier shall provide Hybrid Mail, Digital and transformational communication service that can be delivered at the buyer premises (on-site) or at the supplier’s premises (off-site) or a blend of both.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 400 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

It is envisaged that a framework contract will be awarded to 20 suppliers for this lot.

The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 7 is 20th position.

Lot No: Lot 8

II.2.1) Title

Inbound Delivery and Services

II.2.2) Additional CPV code(s)

64100000

64110000

64122000

79500000

79900000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The supplier shall provide a cost effective, flexible, high quality and value for money service capable of fulfilling a broad range of buyer requirements for inbound delivery services for mail items, packets and parcels being returned to buyer premises and/or nominated third party premises from the buyer’s end users/customers.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 320 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

It is envisaged that a framework contract will be awarded to 10 suppliers for this lot.

The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 8 is 10th position.

Lot No: Lot 9

II.2.1) Title

Mail Opening and Digital Scanning Services

II.2.2) Additional CPV code(s)

30131500

48100000

48211000

48214000

48219000

48311000

48311100

48313000

48328000

48329000

48613000

48720000

48780000

48781000

48782000

48920000

63121100

64000000

64100000

64110000

64112000

64113000

64122000

64216000

64216120

64216200

72212223

72212780

72312000

72313000

72314000

72317000

72512000

79500000

79571000

79995100

79996000

79996100

79999100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This is a mulit-supplier lot. The supplier shall provide the provision of mail opening and digital scanning services, which can be carried out either at the buyer premises (on-site) or at the supplier’s premises (off-site), or a blend of both.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 300 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

It is envisaged that a framework contract will be awarded to 10 suppliers for this lot.

The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 9 is 10th position.

Lot No: Lot 10

II.2.1) Title

Security Screening Services

II.2.2) Additional CPV code(s)

43411000

60160000

60161000

64100000

64110000

64112000

64113000

64121000

64121100

79571000

79710000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This is a multi-supplier lot. The supplier shall provide security screening services of a variety of inbound mail items; which shall include documents and parcels; and the security screening shall be for a range of hazardous items and materials.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 60 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

It is envisaged that a framework contract will be awarded to 10 suppliers for this lot.

The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 10 is 10th position.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Information and formalities necessary for evaluating if the requirements are met:

Bidders will be assessed in accordance with the Invitation to Tender (ITT), Crown Commercial Service may take into account the following information:

1) A copy of your audited accounts for the most recent two (2) years;

2) A statement of your turnover, profit and loss account/income statement cash, balance sheet/statement of financial position and statement of cash flow for the most recent year of trading;

3) A statement of your cash flow forecast for the current year and a bank letter outlining the current cash; and

4) Credit position and/or an alternative means of demonstrating financial status.


Minimum level(s) of standards required:

Minimum level(s) of standards possibly required:

Your financial risk will be evaluated. We will use a credit reference agency to get a financial risk score for you and any members of your consortium or any nominated guarantors.

The financial risk score for each lot is:

Lot 1: 40;

Lot 2: 50;

Lot 3: 50;

Lot 4: 50;

Lot 5: 55;

Lot 6: 65;

Lot 7: 60;

Lot 8: 60;

Lot 9: 60;

Lot 10: 65.

Or, there is an equivalent international score, you will receive a pass to Stage 2.

If the score is less than the required minimum standards required:

Or, no financial risk score is available, then we will ask for a copy of audited accounts for the 2 most recent years.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Information and formalities necessary for evaluating if the requirements are met:

Bidders will be assessed in accordance with Section 5 of the Public Contract.

Regulations 2015 implementing the Directive, on the basis of information provided in response to an ITT.

The Authority may take into account the following information:

Lots 1-10, suitable contract examples demonstrating delivery of the mandatory Service requirements for each lot.

The contract examples for Lots 1 to 10 can be from the public or private sector and must describe comparable contract examples where similar requirements to those sought under this procurement have been performed and how its performance.

Demonstrates the technical and professional requirements.

Contract examples must have been performed during the 3 years prior to publication of the OJEU Contract Notice. Customer contacts must be warned they may be contacted by Crown Commercial Service to verify the accuracy of the information

Provided at any time.

Bidders, and all key subcontractors supplying the goods and/or services for Lots 1-10, must have a current and valid ISO 9001 certificate or equivalent certification.

Bidders, and all key subcontractors supplying the goods and/or services for Lots 1-10, must have a current and valid ISO 27001 certificate or equivalent certification.


Minimum level(s) of standards required:

Minimum level(s) of standards possibly required:

Suppliers should note that, in accordance with the UK Government's policies on transparency, CCS intends to publish the Invitation to Tender (ITT) document and the text of any framework contract awarded, subject to possible redaction's at the discretion of the Authority. The terms of the proposed framework contract will also permit public sector Contracting Authorities, awarding a contract under this framework contract, to publish the text of that contract, subject to possible redactions at the discretion of CCS.

Further information on transparency can be found at: https://www.contractsfinder.service.gov.uk/Notice/88a2a170-048e-4f79-8661-222db10c77bf

III.2) Conditions related to the contract

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 70

IV.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction:

CCS reserves the right to use an eAuction at the call-off stage.

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2017/S 234-486125

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 05/07/2019

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 8 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 05/07/2019

Local time: 15:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this Framework Agreement.

As part of this Contract Notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/88a2a170-048e-4f79-8661-222db10c77bf

1) Contract Notice Transparency Information for the Agreement;

2) Contract Notice Authorised Customer List;

3) Rights Reserved for CCS Framework;

4) Lot structure and number of awards (if applicable).

CCS considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) will not apply at framework level. We encourage you to take your own advice on whether TUPE is likely to apply, in particular circumstances of the call-off contract and to carry out due diligence accordingly.

Registering for access:

This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with potential providers. If you have recently registered on the BravoSolution portal 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.

To register, you will need to:

1) Go to the URL: https://crowncommercialservice.bravosolution.co.uk

2) Select the link “I am a new supplier user”;

3) Read and agree to the portal user agreement;

4) Complete the registration form, providing information including:

— the full legal name of your organisation,

— your company registration number,

— your DUNS number — a unique 9-digit number provided to organisations free of charge by Dun&Bradstreet,

— user and contact details.

Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.

Note: If you require additional users from your organisation to see the Invitation to Tender ITT, do not repeat the above process as this will create a new separate organisation account; instead the registered user can add additional users to the existing supplier organisation account via “User Management” > “Manage Users” > “Users” > “Create”.

Expressing an interest:

To express your interest in this procurement:

1) Login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk

2) On the dashboard select the link ITTs open to all suppliers;

3) On the “ITTs Open to All Suppliers” webpage you will see one or more procurements listed, click on the procurement name you wish to access;

4) Click on express interest at the top of the next screen;

5) You can now access the published documents in the BravoSolution portal.

For assistance please contact the eSourcing Help-desk operated by BravoSolution by email at help@bravosolution.co.uk or call 08000698630.

VI.4) Procedures for review

VI.4.1) Review body

N/A

N/A

UK

VI.5) Date of dispatch of this notice

15/05/2019

Coding

Commodity categories

ID Title Parent category
30131300 Addressing machines Mailroom equipment
75100000 Administration services Administration, defence and social security services
79995100 Archiving services Library management services
79212000 Auditing services Accounting and auditing services
48720000 Bar coding software package Software package utilities
30216130 Barcode readers Magnetic or optical readers
30133100 Bulk-mailing equipment Mailing equipment
72221000 Business analysis consultancy services Systems and technical consultancy services
79410000 Business and management consultancy services Business and management consultancy and related services
79996000 Business organisation services Miscellaneous business-related services
48500000 Communication and multimedia software package Software package and information systems
48219700 Communications server software package Miscellaneous networking software package
72316000 Data analysis services Data-processing services
72313000 Data capture services Data-processing services
72314000 Data collection and collation services Data-processing services
72312000 Data entry services Data-processing services
72317000 Data storage services Data-processing services
48310000 Document creation software package Document creation, drawing, imaging, scheduling and productivity software package
72512000 Document management services Computer-related management services
72212311 Document management software development services Programming services of application software
48311000 Document management software package Document creation software package
48311100 Document management system Document management software package
48320000 Drawing and imaging software package Document creation, drawing, imaging, scheduling and productivity software package
22821000 Electoral forms Forms
48613000 Electronic data management (EDM) Database systems
64216200 Electronic information services Electronic message and information services
72412000 Electronic mail service provider Provider services
64216120 Electronic mail services Electronic message and information services
72212223 Electronic mail software development services Programming services of application software
48223000 Electronic mail software package Internet and intranet software package
64216000 Electronic message and information services Telephone and data transmission services
30131200 Envelope-stuffing machines Mailroom equipment
30123400 Folding machines Office and business machines
51611100 Hardware installation services Installation services of computers
72228000 Hardware integration consultancy services Systems and technical consultancy services
48328000 Image-processing software package Drawing and imaging software package
48329000 Imaging and archiving system Drawing and imaging software package
48100000 Industry specific software package Software package and information systems
79212200 Internal audit services Auditing services
64122000 Internal office mail and messenger services Courier services
30197310 Letter openers Small office equipment
64121100 Mail delivery services Multi-modal courier services
30131500 Mail opening machines Mailroom equipment
30131600 Mail sealing machines Mailroom equipment
60160000 Mail transport by road Road transport services
64115000 Mailbox rental Postal services
30133000 Mailing equipment Post-office 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
30132100 Mail-sorting equipment Sorting equipment
79900000 Miscellaneous business and business-related services Business services: law, marketing, consulting, recruitment, printing and security
39150000 Miscellaneous furniture and equipment Furniture
48219000 Miscellaneous networking software package Networking software package
64121000 Multi-modal courier services Courier services
48214000 Network operating system software package Networking software package
48210000 Networking software package Networking, Internet and intranet software package
48200000 Networking, Internet and intranet software package Software package and information systems
60421000 Non-scheduled airmail transport services Non-scheduled air transport services
48920000 Office automation software package Miscellaneous software package and computer systems
79500000 Office-support services Business services: law, marketing, consulting, recruitment, printing and security
48213000 Operating system enhancement software package Networking software package
48313000 Optical-character-recognition (OCR) software package Document creation software package
30131100 Paper or envelope folding machines Mailroom equipment
64121200 Parcel delivery services Multi-modal courier services
60161000 Parcel transport services Mail transport by road
48211000 Platform interconnectivity software package Networking software package
64100000 Post and courier services Postal and telecommunications services
30131400 Postage machines Mailroom equipment
30144100 Postage-franking machines Calculation-type machines
64000000 Postal and telecommunications services Other Services
64110000 Postal services Post and courier services
64112000 Postal services related to letters Postal services
64111000 Postal services related to newspapers and periodicals Postal services
64113000 Postal services related to parcels Postal services
30130000 Post-office equipment Office machinery, equipment and supplies except computers, printers and furniture
50324200 Preventive maintenance services Support services of personal computers
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
79418000 Procurement consultancy services Business and management consultancy services
79421000 Project-management services other than for construction work Management-related services
79421100 Project-supervision services other than for construction work Project-management services other than for construction work
79996100 Records management Business organisation services
50000000 Repair and maintenance services Other Services
50421200 Repair and maintenance services of X-ray equipment Repair and maintenance services of medical equipment
30124520 Scanner document feeders Parts and accessories of office machines
38520000 Scanners Checking and testing apparatus
79999100 Scanning services Scanning and invoicing services
60411000 Scheduled airmail transport services Scheduled air transport services
79710000 Security services Investigation and security services
48000000 Software package and information systems Computer and Related Services
30132300 Sorters Sorting equipment
43411000 Sorting and screening machines Mineral-processing machinery
30132000 Sorting equipment Post-office equipment
30131800 Stamp affixers Mailroom equipment
48782000 Storage management software package System, storage and content management software package
63121100 Storage services Storage and retrieval services
79311000 Survey services Market research services
48781000 System management software package System, storage and content management software package
72212780 System, storage and content management software development services Programming services of application software
48780000 System, storage and content management software package Software package utilities
72220000 Systems and technical consultancy services Software programming and consultancy services

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:
supplier@crowncommercial.gov.uk
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.