
Market Leads & Opportunities
UK-London: Photocopiers.
Type of document: Contract Notice
Country: United Kingdom
UK-London: Photocopiers.
Section I: Contracting Authority
I.1) Name and addresses
Education Buying Group Ltd
c/o Browne Jacobson LLP, 15th Floor, 6 Bevis Marks, London, EC3A 7BA, United Kingdom
Tel. +44 3333201015, Email: procurement@2buy2.com
Contact: Procurement Department
Main Address: www.educationbuying.com, Address of the buyer profile: www.educationbuying.com
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at:
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Education
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Managed Print Solution and Digital Transformation Services National Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
30121100 – Photocopiers.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The primary objective of this procurement is to establish (Lot 1) a framework agreement for education establishments and other similar organisations in order that they can access managed print solution and digital transformation services. The framework seeks to establish a solution for customers to be able to access products easily and quickly while providing choice and value for money.
For Lot 2, the procurement seeks to establish a supplier to provide printing, MFD and other equipment to Djanogly Learning Trust.
II.1.5) Estimated total value:
Value excluding VAT: 8,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: National Framework Agreement
Lot No: 1
II.2.2) Additional CPV codes:
30121100 – Photocopiers.
30125120 – Toner for photocopiers.
50313100 – Photocopier repair services.
50313200 – Photocopier maintenance services.
30120000 – Photocopying and offset printing equipment.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: National Framework for Multi-functional Devices, Print Management Software and Services, Digital Transformation Services and Recycling Services.
Establishment of a multi-supplier framework agreement for the provision of print, copying and scanning equipment, which includes mono and colour-capable devices from small to large office based, free standing and network ready MFDs, Print Management Software and peripheral accessories to enable Customers to bespoke devices to meet their individual requirements.
Available for the education sector and all other customers referenced in this contract notice (below).
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 8,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Renewal for a further 2 years at the end of the initial framework period (i.e. 2 plus 2 or from 2022 – 2024 and 2024 – 2026).
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Contract for Djanogly Learning Trust
Lot No: 2
II.2.2) Additional CPV codes:
30121100 – Photocopiers.
30125120 – Toner for photocopiers.
50313100 – Photocopier repair services.
50313200 – Photocopier maintenance services.
30120000 – Photocopying and offset printing equipment.
II.2.3) Place of performance:
UKF1 Derbyshire and Nottinghamshire
II.2.4) Description of procurement: The primary objective of this contract is to replace the ageing machines with newer, more energy efficient machines, which will enable the Trust to continue with producing individual workbooks for each student in an efficient and cost effective manner.
The Trust has a range of machines that it is currently using, and due to the large volume of printing that is required, the Trust requires a range of printers, to include the below:
•160ppm Colour Printer
•83ppm Colour Printer
•60ppm Colour Printer
•35ppm A4 Colour Printer
•Booklet Finisher
•Booklet Finisher (ZFold)
All printers will be required to have MFD capabilities (print, copy, scan) and can include ink or laser technology.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 5
This contract is subject to renewal: Yes
Description of renewals: Initial Contract term of 5 years, with a renewal option for a further 1 year at the end of the inital term (i.e. 5 plus 1 or from 2022 – 2027 and 2027 – 2028).
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 4
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the 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: 2021/S 000 – 022913
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 31/10/2022 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 31/10/2022
Time: 13:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that electronic orders, invoicing and payment may be used by customers of the framework agreement. However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The contractor and its supply chain will be required to actively participate in the achievement of social and/or environmental objectives relating to recruitment, training and supply chain initiatives, and sustainable working. Accordingly, the contract performance conditions may relate in particular to social and/or environmental considerations. This Framework Agreement is being established by Education Buying Group Ltd on behalf of other contracting authorities as defined below:
The following Educational Establishments: Nursery School, Primary School, Middle or High School, Secondary School, Academy, Special School, Pupil Referral Unit (PRU), Further Education Colleges, Universities.
England
Scotland
Wales
Northern Ireland schools/
finda-school
Academies
Universities and Colleges Also available to the following organisations:- Police, fire and rescue, maritime and coastguard agency emergency services:
UK Police Forces
England, Scotland and Wales Fire and Rescue Services
Northern Ireland Fire and Rescue Services
UK Maritime & Coastguard Agency
about/access-and-opening
NHS bodies, the HSC (Northern Ireland) and ambulance services:
England NHS
Scotland NHS
Wales NHS
Northern Ireland HSC
England Ambulance Service
Scotland Ambulance Service
Wales Ambulance Service
Northern Ireland Ambulance Service us-2/contactdetails/
Central government departments and their agencies:
England / UK Central Government
Scotland Government
Wales Government
Northern Ireland Government
Registered charities:
England and Wales
Scotland
Northern Ireland
Registered social landlords: government funded, not-for-profit organisations that provide
affordable housing. They include housing associations, trusts and cooperatives:-
England
Scotland
Wales
Northern Ireland
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 29/09/2022
Annex A
More Opportunties
- United States-London: Wales and Western Region Research & Development Engagement Event
24 Jul 25
Network Rail is exploring future research and development (R&D) opportunities in collaboration with the supply chain to address key operational and safety challenges across our infrastructure. This early engagement aims to identify suppliers, technology p> > - United Kingdom-Belfast: CAT-24-005 Warewashing, Refrigeration and Freezing Equipment
24 Jul 25
The Client has established a Framework Agreement for the supply and delivery of Warewashing and Refrigeration and Freezing equipment. The Framework is divided into two Lots as follows: • Lot 1 Warewashing Equipment • Lot 2 Refrigeration and Freezing Equip> > - United Kingdom-Middlewich: Christmas Displays Contract
24 Jul 25
Middlewich Town Council provides the annual programme of Christmas illuminations in Middlewich town centre. The focus of the illumination scheme is the annual 'Switch On' event which is usually held on the last Saturday of November. The Council is tenderi> >