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

UK-Dagenham: Clothing, footwear, luggage articles and accessories.
Section I: Contracting Authority
I.1) Name and addresses
The Sydney Russell School
Parsloes Avenue, Dagenham, RM9 5QT, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: http://www.sydneyrussellschool.com/
NUTS Code: UKH3
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-Dagenham:-Clothing%2C-footwear%2C-luggage-articles-and-accessories./2GJNG55V79
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: The Sydney Russell School ~ 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 uniform supplies for Sydney Russell School.
II.1.5) Estimated total value:
Value excluding VAT: 687,750
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:
UKH3 Essex

II.2.4) Description of procurement: Sydney Russell School is a large ‘all through’ school. The Primary and Secondary are on separate sites but they are within walking distance of each other. Sydney Russell School will, within the next 2 years, become one of the largest schools in the country. The total number of students across both sites will be 2700.

The School is part of the Partnership Learning Trust and in January 2022 achieved a Good with areas of Outstanding Ofsted grading. There are a total of 259 members of staff, split by 153 teaching, 106 support and office staff.

The existing school uniform suppliers will provide uniforms for the September 2022 intake of students with the new contract applying as of July 2023.

The Tender

We seek school uniform supply partner who offers high quality in terms of goods and/or services that are ‘fit for purpose’ and can also offer excellent value for money over the entire contract period.

Secondary School:

The school will be building a shop within the Secondary School site. This will be an entirely new function. We are looking for a wholesale provider who will supply our uniform directly to us. The school will employ a member of staff who will take responsibility for running the shop, stock taking and placing orders.

Additionally, we require a link on the school website to a uniform area, which will give parents the ability to order on line at the same price as the shop,
We also plan to offer packages for new year 7 students.

Primary School

The Primary site has 630 students; their uniform is in transition at the moment (with the exception of the new reception year who are automatically going to the new uniform). The uniform will be a grey polo shirt, green jumper and black trousers or skirt. In the summer the girls can wear green gingham summer dresses and both can wear tailored shorts. The summer dresses parents will be able to buy from local supermarkets to keep the cost as low as possible to them, polo shirts, jumpers will be from the supplier.

Contract value:

Secondary Site estimated sales over 5 years = £463,500
Primary Site estimated sales over 5 years = £224,250
Total contract value = £687,750

Other notes:

•Please be advised that this contract will be let on a 3 + 2 years basis.
•Are there any no TUPE requirements within this contract.
•Please be advised that the School has a minimum requirement for a contractor’s employers liability/ public liability and professional indemnity insurance of £10 million
•The minimum annual turnover that your company must have achieved to be considered for this opportunity is £1 million
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: 687,750
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: 02/09/2022 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-Dagenham:-Clothing%2C-footwear%2C-luggage-articles-and-accessories./2GJNG55V79

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/2GJNG55V79
VI.4) Procedures for review
VI.4.1) Review body:
The Sydney Russell School
Parsloes Avenue, Dagenham, RM9 5QT, 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: 27/07/2022

Annex A