Tender

BC-10751 HAT Educational Supplies Framework

  • Hornchurch Academy Trust

F02: Contract notice

Notice identifier: 2023/S 000-027236

Procurement identifier (OCID): ocds-h6vhtk-03fcc3

Published 14 September 2023, 3:50pm



Section one: Contracting authority

one.1) Name and addresses

Hornchurch Academy Trust

Whybridge Junior School Blacksmiths Lane

Rainham

RM13 7AH

Contact

Irene Celis

Email

irene.celis@schoolsbuyingclub.com

Telephone

+44 8452577050

Country

United Kingdom

NUTS code

UKI52 - Barking & Dagenham and Havering

National registration number

10760863

Internet address(es)

Main address

https://hornchurchacademy.org.uk/

Buyer's address

https://in-tendhost.co.uk/placegroup/aspx/Home

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/placegroup/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/placegroup/aspx/Home

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

BC-10751 HAT Educational Supplies Framework

Reference number

BC-10751

two.1.2) Main CPV code

  • 30192700 - Stationery

two.1.3) Type of contract

Supplies

two.1.4) Short description

Havering Education Services (HES) established a Brokerage Service in 2013 as a dedicated collaborative procurement support mechanism for schools and settings, which enables them to access a wide range of suppliers of goods and services that have been selected through a compliant procurement route and who demonstrably deliver value for money and high-quality products and services to schools and settings. This requirement is for a new multi supplier framework agreement for the provision of educational supplies.

two.1.5) Estimated total value

Value excluding VAT: £4,300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI52 - Barking & Dagenham and Havering

two.2.4) Description of the procurement

Havering Education Services (HES) established a Brokerage Service in 2013 as a dedicated collaborative procurement support mechanism for schools and settings, which enables them to access a wide range of suppliers of goods and services that have been selected through a compliant procurement route and who demonstrably deliver value for money and high-quality products and services to schools and settings. The Brokerage Service has over the years developed to encompass a wide range of competitive multi-supplier procurement frameworks with a cumulative total transaction value to date of circa £10m. Starting in 2022, under a partnership model, Hornchurch Academy Trust, a Multi Academy Trust based in Havering assumed the role of ‘Contracting Authority’ under which umbrella the HES brokerage frameworks will be managed, and procurement activities conducted.This requirement is for a new multi supplier framework agreement for the provision of educational supplies. This is expected to be used primarily by education establishments in Havering which are listed in Attachment 1 Current Brokerage School List (subject to change) to be able to draw upon the services agreed and stipulated. It is envisaged that other neighbouring Education Establishments outside of Havering, some of whom are currently buying into the Havering Education Brokerage Service as shown in Attachment 1 Current Brokerage School List, as well as other schools that may buy in at a later or future time, may also use the framework.

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: £3,400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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: 8

two.2.10) Information about variants

Variants will be accepted: No

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As per the tendering documentation

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 4

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

Maximum duration 4 years

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

16 October 2023

Local time

12:00pm

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.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

Strand

London

WC2A 2LL

Country

United Kingdom