THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE has floated a tender for Contract notice: Postal and telecommunications services. The project location is United Kingdom and the tender is closing on 05 Jul 2019. The tender notice number is 232275-2019, while the TOT Ref Number is 33092969. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : United Kingdom

Summary : Contract notice: Postal and telecommunications services

Deadline : 05 Jul 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 33092969

Document Ref. No. : 232275-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
Office Name: The Minister for the Cabinet Office acting through Crown Commercial Service
Address: The Capital Building, Old Hall Street
Town: Liverpool
Postal Code: L3 9PP


Phone: +44 3450103503
United Kingdom
Email :supplier@crowncommercial.gov.uk
URL :https://www.gov.uk/ccs

Tender Details

Object of the contract
Postal and telecommunications services

Description: Contract notice: Postal and telecommunications services

Authority Type: Ministry or any other national or federal authority
Contact Nature: Services
Procedure: Open procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 64000000, 30131400, 30144100, 50000000, 50324200, 64100000, 64110000, 64112000, 64000000, 30131400, 30144100, 50000000, 50324200, 64100000, 64110000, 64112000, 30123400, 30124520, 30130000, 30131000, 30131100, 30131200, 30131300, 30131500, 30131600, 30131800, 30132000, 30132100, 30132300, 30133000, 30133100, 30197310, 30216130, 38520000, 39150000, 43411000, 48100000, 48311000, 50421200, 51611100, 72212311, 72512000, 60160000, 60161000, 64111000, 64113000, 64115000, 64121100, 64121200, 60411000, 60421000, 72220000, 72221000, 72228000, 72316000, 79212000, 79212200, 79311000, 79410000, 79418000, 79421000, 79421100, 79900000, 22821000, 48000000, 48213000, 48223000, 48310000, 48500000, 63121100, 64216000, 72212223, 72212780, 72412000, 75100000, 79500000, 79570000, 79800000, 48200000, 48210000, 48211000, 48214000, 48219000, 48219700, 48311100, 48313000, 48320000, 48328000, 48329000, 48613000, 48780000, 48781000, 48782000, 48920000, 64122000, 64216120, 79571000, 79823000, 79824000, 48720000, 64216200, 72312000, 72313000, 72314000, 72317000, 79995100, 79996000, 79996100, 79999100, 64121000, 79710000
CPV Description: Postal and telecommunications services.

Postage machines.

Postage-franking machines.

Repair and maintenance services.

Preventive maintenance services.

Post and courier services.

Postal services.

Postal services related to letters.

Folding machines.

Scanner document feeders.

Post-office equipment.

Mailroom equipment.

Paper or envelope folding machines.

Envelope-stuffing machines.

Addressing machines.

Mail opening machines.

Mail sealing machines.

Stamp affixers.

Sorting equipment.

Mail-sorting equipment.

Sorters.

Mailing equipment.

Bulk-mailing equipment.

Letter openers.

Barcode readers.

Scanners.

Miscellaneous furniture and equipment.

Sorting and screening machines.

Industry specific software package.

Document management software package.

Repair and maintenance services of X-ray equipment.

Hardware installation services.

Document management software development services.

Document management services.

Mail transport by road.

Parcel transport services.

Postal services related to newspapers and periodicals.

Postal services related to parcels.

Mailbox rental.

Mail delivery services.

Parcel delivery services.

Scheduled airmail transport services.

Non-scheduled airmail transport services.

Systems and technical consultancy services.

Business analysis consultancy services.

Hardware integration consultancy services.

Data analysis services.

Auditing services.

Internal audit services.

Survey services.

Business and management consultancy services.

Procurement consultancy services.

Project-management services other than for construction work.

Project-supervision services other than for construction work.

Miscellaneous business and business-related services.

Electoral forms.

Software package and information systems.

Operating system enhancement software package.

Electronic mail software package.

Document creation software package.

Communication and multimedia software package.

Storage services.

Electronic message and information services.

Electronic mail software development services.

System, storage and content management software development services.

Electronic mail service provider.

Administration services.

Office-support services.

Mailing-list compilation and mailing services.

Printing and related services.

Networking, Internet and intranet software package.

Networking software package.

Platform interconnectivity software package.

Network operating system software package.

Miscellaneous networking software package.

Communications server software package.

Document management system.

Optical-character-recognition (OCR) software package.

Drawing and imaging software package.

Image-processing software package.

Imaging and archiving system.

Electronic data management (EDM).

System, storage and content management software package.

System management software package.

Storage management software package.

Office automation software package.

Internal office mail and messenger services.

Electronic mail services.

Mailing services.

Printing and delivery services.

Printing and distribution services.

Bar coding software package.

Electronic information services.

Data entry services.

Data capture services.

Data collection and collation services.

Data storage services.

Archiving services.

Business organisation services.

Records management.

Scanning services.

Multi-modal courier services.

Security services.

Postal Goods, Services and Solutions

Reference Number : RM6017

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.

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.

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.

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.

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.


Internet address (URL): https://www.gov.uk/ccs

Documents

 Tender Notice