Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
I.2) Joint procurement
The contract is awarded by a central purchasing body
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
Office Solutions
Reference number: RM6299
II.1.2) Main CPV code
30000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Crown Commercial Service (CCS) was seeking to establish a framework contract with suppliers for the provision of office stationery supplies and electronic office supplies.
The supplier was required to provide the deliverables (e.g.good and services) to all public sector organisations throughout the United Kingdom including but not limited to;
office stationery
facility peripherals (janitorial/cleaning products)
paper and paper based products
electronic office supplies (EOS)
office furniture
ergonomic products
catering products
This new Framework contract will be for a period of 36 months with an option to extend for one further 12 (twelve) month period.
The new Framework contract has been split into 2 Lots as follows:
Lot 1 - Office Stationery and Electronic Office Supplies (EOS) (Multi Supplier)
Lot 2 - Electronic Office Supplies (EOS) (Multi Supplier)
This Framework is to replace the current RM6059 Office Supplies framework, which has two single supplier lots and one multi-supplier lot offering a product range similar to the above.
The full specification is set out in Framework Schedule 1 (Specification).
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
400 000 000.00
GBP
II.2) Description
Lot No: Lot 1
II.2.1) Title
Office Stationery and Electronic Office Supplies (EOS) (Multi Supplier)
II.2.2) Additional CPV code(s)
22111000
22600000
22610000
22830000
22832000
30000000
30100000
30125000
30125100
30125110
30125120
30125130
30190000
30192000
30192113
30192700
30197000
30197600
30197642
30197643
30199000
30199230
30199710
30230000
30234000
30237200
33141623
37800000
38112100
38650000
39113700
39130000
39162000
39162110
39220000
39800000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
All office solutions products, including stationery and EOS.
This is a multi Supplier Lot.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 40
Quality criterion: Price
/ Weighting: 60
Price
/ Weighting:
60
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 conducted an eAuction for Lot 1.
CCS reserved the right to not perform an eAuction and to revert to a sealed bid price
evaluation, where the lowest price was awarded maximum price score.
The framework has been established for 36 months with the option to extend for up to
1 further period of 12 months.
Lot No: Lot 2
II.2.1) Title
Electronic Office Supplies (EOS) Multi Supplier
II.2.2) Additional CPV code(s)
22600000
22610000
30000000
30125000
30125100
30125110
30125120
30125130
30192113
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Electronic Office Supplies (EOS only). This is a multi supplier Lot.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 40
Quality criterion: Price
/ Weighting: 60
Price
/ Weighting:
60
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 conducted an eAuction for Lot 2.
CCS reserved 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.
The framework has been established for 36 months with the option to extend
for up to 1 further period of 12 months.
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.1.6) Information about electronic auction
An electronic auction will be used
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:
2023/S 000-020017
IV.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 V: Award of contract
Lot No: Lot 1
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
23/04/2024
V.2.2) Information about tenders
Number of tenders received: 13
Number of tenders received by electronic means: 13
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
E-mail: supplier@crowncommercial.gov.uk
NUTS: 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:
: 300 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.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/Manage/ReviewStart/d2f18800-3d75-42f1-94a9-86f8b2d0c189
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.
VI.4) Procedures for review
VI.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
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: https://www.crowncommercial.gov.uk/
VI.5) Date of dispatch of this notice
20/05/2024