Print and Associated Services Framework to include Hybrid Mail and Digital Transformation Solutions
A Tender Notice
by UNIVERSITY OF ESSEX
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- 4 year
- Value
- £100M
- Sector
- BUSINESS
- Published
- 19 Feb 2025
- Delivery
- To 17 Mar 2029 (est.)
- Deadline
- 07 Apr 2025 11:00
Concepts
Location
United Kingdom: united kingdom
3 buyers
- Essex University Colchester
- Dukefield Procurement Bolton
- Public Sector Colchester
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.
Total Quantity or Scope
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.
CPV Codes
- 79800000 - Printing and related services
- 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
Indicators
- This is a one-off contract (no recurrence)
- Renewals are not available.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** 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.
Reference
- ocds-h6vhtk-04e462
- FTS 005981-2025