web-banner-marketing2

Market Leads & Opportunities

United Kingdom-West Malling: Y20031 – Supply of Multi-Functional Devices and Digital Solutions

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-032040/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Kent County Council (trading as KCS Procurement Services)
Postal address: Head Office, 1 Abbey Wood Group, Kings Hill
Town: West Malling
Postal code: ME19 4YT
Country: United Kingdom
Contact Person: Mr Ian Day
Telephone: +44 1622236697
Email: ian.day@csltd.org.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
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 above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Y20031 – Supply of Multi-Functional Devices and Digital Solutions

Reference number: DN589137
II.1.2) Main CPV code: 30000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: KCS Procurement Services, acting for and on behalf of Kent County Council (KCC) Central Buying Consortium (CBC) and the Commercial Service Group (CSG), a Procurement Buying Organisation (PBO), wish to create a national, user friendly, time and cost effective Framework Agreement for the supply of Multi-Functional Devices and Digital Solutions.
The Framework Agreement covers the provision and installation of a full range of Multi-Functional Devices, Digital Solutions and Digital Transformation.
The Framework Agreement will be split into two (2) individual LOTs. These are:
LOT 1 – Leased and Purchased Multi-Functional Devices and Digital Solutions
LOT 2 – Digital Transformation and Associated Services
II.1.5) Estimated total value:
Value excluding VAT: 500000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Leased and Purchased Multi-Functional Devices and Digital Solutions

Lot No:1
II.2.2) Additional CPV code(s)
30000000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
LOT 1
LOT 1 covers the provision of multi-functional Devices and digital solutions, to include both A4 and A4/A3 networked and standalone multi-functional Devices, printers, high volume print room Devices and wide format printers, all with the option of CPC maintenance. Equipment in this LOT may be procured as a direct purchase or via a Lease agreement. In addition to the standard Manufacturer’s warranty, maintenance options must be available for all products.
Digital Solutions requirements can include, but will not be limited to, a range of Equipment, Software and Services (including on-going maintenance, support and managed print) to help control, manage and measure the effectiveness of the print environment. This can include output surveys to establish existing output trends and costs, print job accounting, Device management, departmental chargeback, confidential printing, job routing based on most efficient use of Devices, scanning with optical character recognition, greater efficiencies through the reduction of waste and uncollected jobs, rules-based printing.
Product Range
Product ranges must include provision for the following minimum requirements:
• Desktop and floor standing printers
• Wide format printers
• Multi-functional Devices
• High volume Equipment
• Mono, colour, A4 and A3 technology with a range of speeds
• Various finishing options
• Standard network interfaces for print/copy/scan/fax versions (to include java cards as standard)
• Management information Software/user control enabling software
II.2.5) Award criteria

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: To gain access and complete the necessary documents please follow the instruction below
Visit – WWW.Kentbusinessportal.org.uk
Select – Opportunities
Select Organisation – Commercial Services
Select the opportunity appropriate to you from the list provided
Express interest – you may need to register first
Once successful expression is completed you can access and complete the requirements in two ways
1 – when you register you will receive a successful registration email, this also contains an link taking you direct to the opportunity
2 – when you log in to proactis go to my activities, select commercial services and you will be presented with the opportunity.
Following the instruction from herein

II.2.1) Title: Digital Transformation and Associated Services

Lot No:2
II.2.2) Additional CPV code(s)
72228000, 72512000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
LOT 2
Digital transformation is the process of using digital technologies to create new, or modify existing, business processes, culture, and Customer experiences to meet changing Customer needs and requirements.
We are seeking Suppliers who, in complement to their offering of multi-functional Devices, can provide digital transformation services to enable Customers to transform and improve operating processes by way of multiple solutions with the Supplier of their choice. Individual opportunities will need to be tailored to meet the Customer’s requirement to improve efficiency, provide an agile and reliable solution that will transform and meet their business objectives.
This LOT supports both the Supplier and Customer/Member Authority in identifying and developing strategic relationships, that will provide benefits through the ability to have a single lead Supplier relationship.
List of Potential Requirements
Indicative requirements include, but are not limited to, the following:
• Audio visual solutions
• Communication systems
• Cloud storage
• Document storage, distribution and management
• Facilities solutions
• High volume print Devices
• Hosted services
• Hybrid mail
• ICT hardware
• ICT systems management, support and solutions
• Mail management solutions
• Multi-functional Devices
• Network services
• Outsourced print solutions
• Print management, consultancy and audit
• Scanning and archiving solutions
• Software solutions
• Wide format Devices
Associated services may extend beyond the scope of the Goods/Services purchased and may include, but not be limited to;
• End user support
• Service desk
• Installation
• Project management
• Training
• Asset management
• Consultancy
II.2.5) Award criteria

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: To gain access and complete the necessary documents please follow the instruction below
Visit – WWW.Kentbusinessportal.org.uk
Select – Opportunities
Select Organisation – Commercial Services
Select the opportunity appropriate to you from the list provided
Express interest – you may need to register first
Once successful expression is completed you can access and complete the requirements in two ways
1 – when you register you will receive a successful registration email, this also contains an link taking you direct to the opportunity
2 – when you log in to proactis go to my activities, select commercial services and you will be presented with the opportunity.
Following the instruction from herein

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
Framework agreement with several operators

In the case of framework agreements,provide justification for any duration exceeding 4 years:

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.2.2) Time limit for receipt of tenders or requests to participate
Date: 2022-02-17 Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:4(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2022-02-17 Local time: 14:05

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
Member Authorities that have expressed interest in accessing the Framework Agreement from the outset are:
Hampshire County Council
Hertfordshire County Council
Kent County Council (via KCS Procurement Services)
Other public bodies will have access to this Framework Agreement but may only do so with the agreement of the Contracting Authority. Those organisations who may wish to access this Framework Agreement will be members, Affiliates and associates of the CBC Group, local government authorities, the police service, the fire service, the NHS and NHS trusts, housing associations, third sector organisations, academic centres (including Academies), free Schools, publicly funded organisations and publicly owned private companies, operating within the geographic boundaries of the United Kingdom, Channel Islands, Northern Ireland and Isle of Man.
The Framework Agreement will also be open for use by all other local authorities and public sector bodies. Full details of potential Customer’s geographical areas and organisation classifications are detailed as follows:
LOCAL AUTHORITY COUNCILS:
England:
County, Unitary, District, Borough, and Metropolitan Councils. (Parish and Community Councils are also permissible users). See link:

Northern Ireland: Administered across 26 Districts of Northern Ireland. See link:

Scotland: Administered across 32 Council areas. See link:
Councils | COSLA
Wales: Administered across 22 Council areas. See link:
Find your local authority | GOV.WALES
Isle of Man: Administered across 22 local authorities, consisting of 4 town authorities, 2 district authorities, 2 village authorities, and 14 parish authorities.

Channel Islands:

EMERGENCY SERVICES:
POLICE:
National

England
Home | Police.uk (www.police.uk)

Northern Island

Scotland

Wales

Home | Gwent Police
Home | North Wales Police

Isle of Man

Channel Islands

FIRE and RESCUE
UK – England, Scotland, Northern Ireland, Wales, IOM

Channel Islands

MARITIME AND COASTGUARD AGENCY
UK – England, Scotland, Northern Ireland, Wales, IOM

Isle of Man

Channel Islands

NHS/HEALTH BODIES AND AMBULANCE SERVICES:
England

East Midlands Ambulance Service NHS Trust

East of England Ambulance Service NHS Trust

London Ambulance Service NHS Trust

North East Ambulance Service NHS Foundation Trust

North West Ambulance Service NHS Trust

South Central Ambulance Service NHS Foundation Trust
South East Coast Ambulance Service NHS Foundation Trust

South Western Ambulance Service NHS Foundation Trust

West Midlands Ambulance Service NHS Trust

Yorkshire Ambulance Service NHS Trust

Northern Island

Scotland

Wales

Isle of Man

Channel Islands

St John Ambulance Cymru – Wales’ leading first aid charity (sjacymru.org.uk)
CENTRAL GOVERNMENT DEPARTMENTS AND THEIR AGENCIES:

REGISTERED SOCIAL LANDLORDS:
Government-funded, not-for-profit organisations that provide affordable housing. They include housing associations, trusts and cooperatives.
England

Scotland

Northern Ireland

Wales

Isle of Man

Channel Islands

EDUCATIONAL ESTABLISHMENTS:
Nursery, primary, middle or high Schools, secondary Schools, Academies, free Schools, special Schools, Pupil Referral Units (PRU), further education colleges, universities.
UK – England, Scotland, Northern Ireland, Wales

Isle of Man

Channel Islands

CHARITIES
England and Wales

Scotland

Northern Ireland

Isle of Man
Isle of Man Government – Charities
Channel Islands

Suppliers are advised that the Contracting Authority, its Affiliates and/or Member Authorities, reserve the right to supply the tendered Goods, Services, and commodities to companies that have a majority public sector ownership by any of the public sector bodies referred to above during the Framework Agreement period as stated in this document, for the purpose of selling to other public, private and third sector organisations. Suppliers are advised that the Contracting Authority, its Affiliates and/or Member Authorities, reserve the right to supply the tendered Goods, Services, and commodities to companies that have a majority public sector ownership by any of the public sector bodies referred to above during the Framework Agreement period as stated in this document, for the purpose of selling to other public, private and third sector organisations.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Commercial Services Kent Ltd
Postal address: 1 Abbey Wood Road, Kings Hill
Town: West Malling
Postal code: ME19 4YT
Country: United Kingdom
VI.5) Date of dispatch of this notice:2021-12-22