UK-Cambridge: Clothing, footwear, luggage articles and accessories.

UK-Cambridge: Clothing, footwear, luggage articles and accessories.
Section I: Contracting Authority
I.1) Name and addresses
Anglian Learning
Bottisham Village College, Lode Rd, Cambridge, CB25 9DL, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://anglianlearning.org/
NUTS Code: UKH12
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: https://litmustms.co.uk/tenders/UK-UK-Cambridge:-Clothing%2C-footwear%2C-luggage-articles-and-accessories./26K6F4S29H
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
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Anglian Learning ~ Uniform Tender
Reference Number: Not provided
II.1.2) Main CPV Code:
18000000 - Clothing, footwear, luggage articles and accessories.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The successful Supplier will be required to provide school uniforms and associated ordering systems and platforms for Anglian Learning.
II.1.5) Estimated total value:
Value excluding VAT: 1,039,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKH12 Cambridgeshire CC

II.2.4) Description of procurement: We expect primary academies to join this contract with effect from the September 2023 intake of pupils. Five secondary academies would continue to be supplied under existing contracts until the September 2024 intake. A sixth secondary academy would join this contract if it was extended into a secondary period. We are looking for a supplier partner who offers high quality in terms of goods and customer service for parents/carers and our schools that are ‘fit for purpose’ and can also offer excellent value for money over the entire contract period.

Anglian Learning is a growing Multi Academy Trust operating in Cambridgeshire, West Suffolk and North Essex, formed in 2016. The Trust currently comprises 6 secondary schools and 9 primary schools. Another primary school is expected to open in September 2024 and will join this tender. Given the academisation agenda is likely that other schools will join the Trust over the life of the contract and we would seek to add them to this arrangement as their existing contracts with suppliers permit.

Our members share the firm belief that successful learning communities are underpinned by ambitious vision, trust and strong inspirational leadership at all levels of the organisation; that excellence is not simply defined by Ofsted grades and league table positions; and that education can play a transformational role in the lives of children and the success and wellbeing of our wider society.

Through membership of Anglian Learning, these goals are achieved by working with like-minded schools, leaders, teachers and all staff who are prepared to share responsibility, through support and challenge, to ensure that all our academies can offer an excellent education to all pupils, whatever their background and starting point.

The core vision of Anglian Learning is to enable dynamic, empowered learners who thrive ad lead in their communities: locally, nationally and globally. Our four core values and principles guide our work to achieve our vision:

Aspiration

We are ambitious for ourselves and all those in our community to be the best we can be

Community

We underpin our relationships with a culture of support, respect and trust, recognising we are stronger together

Empowerment

We enable our academies, staff and learners to embrace new ideas and think creatively

Inclusivity

We believe in equality of opportunity, celebrating everyone’s differences and supporting learners of all abilities from all backgrounds
Please find the list of current schools within the Trust below:

Secondary Schools:

•Bassingbourn Village College
•Bottisham Village College
•Sawston Village College
•Joyce Frankland Academy Newport
•Linton Village College
•The Netherhall School and Oakes Sixth Form College

Primary Schools:

•Bottisham Community Primary School
•Fen Ditton Primary School
•Stapleford Community Primary School
•Linton Heights Junior School
•The Pines Primary School
•Howard Primary Academy
•Marleigh Primary Academy
•Meadow Primary School
•Icknield Primary School
•A new primary school currently scheduled to open in September 2024.

Please also note that this is a growing Trust and should any other schools join this Trust during the course of this contract, these schools may, at the discretion of the client, and as their existing supplier contracts permit, be added to this contract.

Please note that the Trust is ideally looking to appoint one contractor across all schools. However, each school reserves the right to make its own appointment decision and reserves the right not to appoint any contractor bidding for this contract.

See SQ document for more information.
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: 1,039,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2023 / End: 31/12/2027
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10) Information about variants:
Variants will be accepted: Yes
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 RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 26/08/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 16/09/2022
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: Not Provided


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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: 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.

It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.

The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.

The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.

The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Cambridge:-Clothing%2C-footwear%2C-luggage-articles-and-accessories./26K6F4S29H

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/26K6F4S29H
VI.4) Procedures for review
VI.4.1) Review body:
Anglian Learning
Bottisham Village College, Lode Rd,, Cambridge, CB25 9DL, 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: 25/07/2022

Annex A