Section one: Contracting authority
one.1) Name and addresses
The Active Learning Trust
Cromwell Community College, Wenny Road, Cambridgeshire
Chatteris
PE16 6UU
Contact
Max Kent
max.kent@procureservicesuk.com
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
7903002
Internet address(es)
Main address
https://activelearningtrust.org/
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43181
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from another address:
Procure Services (UK) Ltd
Silkwood, The Ley,
Box
SN13 8EW
Contact
Max Kent
max.kent@procureservicesuk.com
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Tender for Office Supplies & Educational Furniture - The Active Learning Trust
two.1.2) Main CPV code
- 30192000 - Office supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
Office Stationery, Paper & Education Supplies & Consumables.
two.1.5) Estimated total value
Value excluding VAT: £249,621
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for one lot only
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
This tender will be split into:
LOT 1 - Office & Education Supplies.
LOT 2 - Educational Furniture.
LOT 3 - LOTS 1 & 2 Combined.
two.2) Description
two.2.1) Title
General Office & Education Supplies
Lot No
1
two.2.2) Additional CPV code(s)
- 30197643 - Photocopier paper
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Active Learning Trust wishes to review it's procurement of Office Stationery, Paper Products & Education Supplies including A4 White & Coloured Copier Paper, Excercise Books, Arts & Crafts & Office Stationery sundry items i.e. files, folders & writing equipment.
The trust currently spends GBP 249, 621 per annum on these supplies across a number of suppliers presenting the trust with the opportunity to look to consolidate products and pricing for commonly purchased items into one centrally managed supplier, ideally one with the ability to offer further improvements around software procurement integration options & punch-out ability, delivery service and C02 reduction strategies to support our Scope 3 emissions figures.
LOT 1 - Office & Education Supplies - GBP 205,613
LOT 2 - Educational Furniture - GBP 44,008
two.2.5) Award criteria
Quality criterion - Name: Service & Quality / Weighting: 10
Quality criterion - Name: Price & Total Value / Weighting: 10
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £205,613
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contracting authority reserves the right to request a 12 month contract extension in the event that a review or new tendering project takes longer than anticipated.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
We are open to receiving alternative product proposals e.g.:
- an alternative / own brand product selection for 'best value'
- an alternative / own brand product selection for 'sustainable products'
Please note that these alternatives will not form the basis of the main product and price evaluation as this will be conducted on a like for like basis as specified in the ALT RFP document.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Educational Furniture
Lot No
2
two.2.2) Additional CPV code(s)
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Active Learning Trust wishes to review it's procurement of Office Stationery, Paper Products & Education Supplies including A4 White & Coloured Copier Paper, Excercise Books, Arts & Crafts & Office Stationery sundry items i.e. files, folders & writing equipment.
The trust currently spends GBP 249, 621 per annum on these supplies across a number of suppliers presenting the trust with the opportunity to look to consolidate products and pricing for commonly purchased items into one centrally managed supplier, ideally one with the ability to offer further improvements around software procurement integration options & punch-out ability, delivery service and C02 reduction strategies to support our Scope 3 emissions figures.
LOT 1 - Office & Education Supplies - GBP 205,613
LOT 2 - Educational Furniture - GBP 44,008
two.2.5) Award criteria
Quality criterion - Name: Pricing & Total Value / Weighting: 10
Quality criterion - Name: Service & Quality / Weighting: 10
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £44,008
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Extension of service & pricing is requested of incumbent provider in the future.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Options: Yes
Description of options:
We are open to receiving alternative product proposals e.g.:
- an alternative / own brand product selection for 'best value'
- an alternative / own brand product selection for 'sustainable products'
Please note that these alternatives will not form the basis of the main product and price evaluation as this will be conducted on a like for like basis as specified in the ALT RFP document.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
N/A
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
We will look to put in place a 'Service Level Agreement (SLA) mutually agreed between the winning bidder and the contracting authority following contract award.
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
7 April 2023
Local time
5:00pm
Changed to:
Date
21 April 2023
Local time
5:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 April 2023
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: March 2026
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228911.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:228911)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit