Section one: Contracting authority
one.1) Name and addresses
The Sydney Russell School
Parsloes Avenue
Dagenham
RM9 5QT
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main address
http://www.sydneyrussellschool.com/
one.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 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
The Sydney Russell School ~ Uniform Tender
two.1.2) Main CPV code
- 18000000 - Clothing, footwear, luggage articles and accessories
two.1.3) Type of contract
Supplies
two.1.4) Short description
The successful Supplier will be required to provide uniform supplies for Sydney Russell School.
two.1.5) Estimated total value
Value excluding VAT: £687,750
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
Main site or place of performance
Essex
two.2.4) Description of the 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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £687,750
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2023
End date
31 December 2027
This contract is subject to renewal
No
two.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.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
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.1.2) 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
Date
2 September 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
16 September 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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:
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/2GJNG55V79
GO Reference: GO-2022727-PRO-20683433
six.4) Procedures for review
six.4.1) Review body
The Sydney Russell School
Parsloes Avenue
Dagenham
RM9 5QT
Country
United Kingdom