The University Caterers Organisation Ltd has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Provision of catering (food/drink/technology/equipment) innovation and concept solutions |
Notice type: | Contract Notice |
Authority: | The University Caterers Organisation Ltd |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | Establishment of new DPS agreement for renewal of the supply of catering innovation and concept solutions (food, drink and technology/equipment). Lot 1 European Food ; Lot 2 Asian Food; Lot 3 North & South American Food; Lot 4 ROW Food; Lot 5 Sweet treats; Lot 6 Bakery, Bread & Coffee shop; Lot 7 Drinks (non-alcoholic); Lot 8 Drinks (alcoholic); Lot 9 Premium concepts; Lot 10 Rented space / licenced or “master licensee” model; Lot 11 Technology. Members operate across the UK. |
Published: | 06/04/2021 11:24 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The University Caterers Organisation Ltd (TUCO Ltd)
3rd Floor National House, 36 St Ann Street, Manchester, M2 7LE, United Kingdom
Tel. +44 1617133420, Email: info@tuco.ac.uk
Main Address: www.tuco.ac.uk, Address of the buyer profile: www.tuco.ac.uk
NUTS Code: UK
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://in-tendhost.co.uk/tuco/aspx/Home
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://in-tendhost.co.uk/tuco/aspx/Home 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: Provision of catering (food/drink/technology/equipment) innovation and concept solutions
Reference Number: CAT11053-TU
II.1.2) Main CPV Code:
15895000 - Fast-food products.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Establishment of new DPS agreement for renewal of the supply of catering innovation and concept solutions (food, drink and technology/equipment). Lot 1 European Food ; Lot 2 Asian Food; Lot 3 North & South American Food; Lot 4 ROW Food; Lot 5 Sweet treats; Lot 6 Bakery, Bread & Coffee shop; Lot 7 Drinks (non-alcoholic); Lot 8 Drinks (alcoholic); Lot 9 Premium concepts; Lot 10 Rented space / licenced or “master licensee” model; Lot 11 Technology. Members operate across the UK.
II.1.5) Estimated total value:
Value excluding VAT: 75,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: European Food
Lot No: 1
II.2.2) Additional CPV codes:
15895000 - Fast-food products.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To carry out a tender process for the supply of European Food based concepts that provide members with innovative and or/food solutions that add value to or enhance their existing catering provision.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Due to be renewed after 5 years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 4
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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
II.2) Description Lot No. 2
II.2.1) Title: Asian Food
Lot No: 2
II.2.2) Additional CPV codes:
15895000 - Fast-food products.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To carry out a tender process for the supply of Asian Food based concepts that provide members with innovative and or/food solutions that add value to or enhance their existing catering provision.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Due to be renewed after 5 years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 4
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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
II.2) Description Lot No. 3
II.2.1) Title: North & South American Food
Lot No: 3
II.2.2) Additional CPV codes:
15895000 - Fast-food products.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To carry out a tender process for the supply of North & South American Food based concepts that provide members with innovative and or/food solutions that add value to or enhance their existing catering provision.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Due to be renewed after 5 years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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
II.2) Description Lot No. 4
II.2.1) Title: Rest of World ROW Food
Lot No: 4
II.2.2) Additional CPV codes:
15895000 - Fast-food products.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To carry out a tender process for the supply of Rest of World Food based concepts that provide members with innovative and or/food solutions that add value to or enhance their existing catering provision.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Due to be renewed after 5 years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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
II.2) Description Lot No. 5
II.2.1) Title: Sweet treats
Lot No: 5
II.2.2) Additional CPV codes:
15812000 - Pastry goods and cakes.
15833100 - Desserts.
15555000 - Ice cream and similar products.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To carry out a tender process for the supply of sweet dessert style food based concepts that provide members with innovative and or/food solutions that add value to or enhance their existing catering provision.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Due to be renewed after 5 years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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
II.2) Description Lot No. 6
II.2.1) Title: Bakery, Bread & Coffee shop
Lot No: 6
II.2.2) Additional CPV codes:
15612120 - Breadmaking flour.
15810000 - Bread products, fresh pastry goods and cakes.
15811100 - Bread.
15811500 - Prepared bread products.
15612410 - Cake mixes.
15894600 - Sandwich fillings.
15842000 - Chocolate and sugar confectionery.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To carry out a tender process for the supply of Bakery, Bread & Coffee shop concepts (including bakery ingredients) that provide members with innovative and or/food solutions that add value to or enhance their existing catering provision.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Due to be renewed after 5 years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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
II.2) Description Lot No. 7
II.2.1) Title: Drinks (non-alcoholic)
Lot No: 7
II.2.2) Additional CPV codes:
15980000 - Non-alcoholic beverages.
42968100 - Drinks dispensers.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To carry out a tender process for the supply of Drinks (non-alcoholic) based concepts that provide members with innovative and or/drink solutions that add value to or enhance their existing catering provision.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Due to be renewed after 5 years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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
II.2) Description Lot No. 8
II.2.1) Title: Drinks (alcoholic)
Lot No: 8
II.2.2) Additional CPV codes:
15910000 - Distilled alcoholic beverages.
42968100 - Drinks dispensers.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To carry out a tender process for the supply of Alcoholic drink based concepts that provide members with innovative and or/drink solutions that add value to or enhance their existing catering provision.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Due to be renewed after 5 years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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
II.2) Description Lot No. 9
II.2.1) Title: Premium concepts
Lot No: 9
II.2.2) Additional CPV codes:
15895000 - Fast-food products.
15980000 - Non-alcoholic beverages.
15860000 - Coffee, tea and related products.
15810000 - Bread products, fresh pastry goods and cakes.
15812100 - Pastry goods.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To carry out a tender process for the supply of Premium Food and Drink based concepts that provide members with innovative and or/food solutions that add value to or enhance their existing catering provision.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Due to be renewed after 5 years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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
II.2) Description Lot No. 10
II.2.1) Title: Rented space / licenced or “master licensee” model
Lot No: 10
II.2.2) Additional CPV codes:
15895000 - Fast-food products.
15980000 - Non-alcoholic beverages.
15860000 - Coffee, tea and related products.
15810000 - Bread products, fresh pastry goods and cakes.
15812100 - Pastry goods.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To carry out a tender process for the supply of Premium Food and Drink based concepts that provide members with innovative and or/food solutions that add value to or enhance their existing catering provision.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Due to be renewed after 5 years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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
II.2) Description Lot No. 11
II.2.1) Title: Technology/Equipment (for Catering environments)
Lot No: 11
II.2.2) Additional CPV codes:
55300000 - Restaurant and food-serving services.
55320000 - Meal-serving services.
55400000 - Beverage-serving services.
48110000 - Point of sale (POS) software package.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To carry out a tender process for the supply of (Catering based) technology/equipment that provide members with innovative and or/food/drink solutions that add value to or enhance their existing catering provision.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Due to be renewed after 5 years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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:
See tender documents
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: No
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: 07/05/2021 Time: 15:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
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. Interested suppliers should register their interest in the first instance at
https://in-tendhost.co.uk/tuco/aspx/Home suppliers will then be able to access the Pre-Qualification documents. All tendering and communication will be done electronically via the InTend Host website. 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, and the contract
will be awarded on the basis of the most economically advantageous tender. The Framework Agreement is for use by but not limited to various institutions of Higher Educationhttp:// www.hefce.ac.uk/unicoll/ (TUCO Ltd clients see http://www.tuco.org/buy/clients); SUPC members see http://supc.procureweb.ac.uk/aboutsupc-members APUC members see http://www.apuc-scot.ac.uk/home.htm NWUPC members see www.nwupc.ac.uk NEUPC members see http://neupg.procureweb.ac.uk/ HEPCW members see http://hepcw.procureweb.ac.uk/ LUPC members see http://www.lupc.ac.uk/ Academies; Further Education FE colleges and FE colleges via Crescent Purchasing Consortium (currently 170 colleges throughout the UK) and any other member of CPC; Conwy CBC, Denbighshire CC, Flintshire CC, Wrexham CBC, Sefton Council, Halton BC, Cheshire West and Chester Council, South Ribble
Borough Council, Liverpool City Council, Wirral BC, Rochdale MBC, Northumberland CC and any other Local Authorities http://www.direct.gov.uk/en/D11/ Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG Education Establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges http://www.edubase.gov.uksearchxhtml;4767F89630A039E98FE593093D577013?page=members http://www.assemblywales.org http://new.wales.gov.uk/?lang=en https://www.sell2wales.co.uk and NHS Trusts
http://www.nhs.uk/servicedirectories/Pages/AcuteTrustListing.aspx and this may include additional Local Authorities, Research Councils www.rcuk.ac.uk NHS Trusts and Police Authorities www.apa.police.uk Housing associations, registered social landlords(RSL's), arm's length management organisations. All 700 plus current members of Procurement for Housing (PfH) and any future members, details of current membership for PfH can be found here; http://www.procurementforhousing.co.uk/membership/membership list Please refer to the following websites for a full list of RSL's http://www.tenantservicesauthority.org/ or http: NUSSL http://www.ukmsl.com/client/nusconnect/ The member organisations above are located throughout the UK, including England, Scotland, Wales and Northern Ireland. The Framework Agreement is also for use by but not limited to Crown Commercial Services. This Framework may also be used by other public bodies as defined by the European Union.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=583088948
VI.4) Procedures for review
VI.4.1) Review body:
TUCO Ltd
3rd Floor National House, 36 St Ann Street, Manchester, M2 7LE, United Kingdom
Tel. +44 1617133420, Email: info@tuco.ac.uk
Internet address: http://www.tuco.ac.uk
VI.4.2) Body responsible for mediation procedures:
TUCO Ltd
3rd Floor National House, 36 St Ann Street, Manchester, M2 7LE, United Kingdom
Tel. +44 1617133420, Email: info@tuco.ac.uk
Internet address: http://www.tuco.ac.uk
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:
TUCO Ltd
3rd Floor National House, 36 St Ann Street, Manchester, M2 7LE, United Kingdom
Tel. +44 1617133420, Email: info@tuco.ac.uk
Internet address: http://www.tuco.ac.uk
VI.5) Date Of Dispatch Of This Notice: 06/04/2021
Annex A