The University Caterers Organisation Ltd: Supply and Distribution of Catering Light and Heavy Equipment

  The University Caterers Organisation Ltd has published this notice through Delta eSourcing

Notice Summary
Title: Supply and Distribution of Catering Light and Heavy Equipment
Notice type: Contract Notice
Authority: The University Caterers Organisation Ltd
Nature of contract: Supplies
Procedure: Restricted
Short Description: The Supply and Distribution of Catering Light and Heavy Equipment to TUCO Members and Clients. The requirement will be split by Lot to meet a variety of light and heavy equipment needs and TUCO are seeking to award to a number of suppliers within each of the Lots. The primary area of supply is Light Catering Equipment (all items one-stop shop), catering uniforms including PPE, sustainable alternatives to disposables (i.e. reusable cups, take away boxes); cookware, refrigeration, specialist cold rooms and walk in freezers, ware washing, kitchen ventilation systems, heavy catering appliances and a "one stop shop" for all heavy catering equipment.
Published: 04/05/2018 10:09

View Full Notice

UK-Manchester: Catering equipment.
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 1617133422, Email: hannah.myton@tuco.ac.uk
             Contact: Hannah Myton-Wright
             Main Address: https://in-tendhost.co.uk/tuco/aspx/Home, 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: Yes.
      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: Supply and Distribution of Catering Light and Heavy Equipment       
      Reference Number: CAT11039-TU
      II.1.2) Main CPV Code:
      39310000 - Catering equipment.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: The Supply and Distribution of Catering Light and Heavy Equipment to TUCO Members and Clients. The requirement will be split by Lot to meet a variety of light and heavy equipment needs and TUCO are seeking to award to a number of suppliers within each of the Lots. The primary area of supply is Light Catering Equipment (all items one-stop shop), catering uniforms including PPE, sustainable alternatives to disposables (i.e. reusable cups, take away boxes); cookware, refrigeration, specialist cold rooms and walk in freezers, ware washing, kitchen ventilation systems, heavy catering appliances and a "one stop shop" for all heavy catering equipment.       
      II.1.5) Estimated total value:
      Value excluding VAT: 28,000,000       
      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: Light Catering Equipment (all items "one-stop shop")       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      39311000 - Light catering equipment.
      39221110 - Crockery.
      39221120 - Cups and glasses.
      39221123 - Drinking glasses.
      39240000 - Cutlery.
      39221200 - Tableware.
      39221100 - Kitchenware.
      39299000 - Glassware.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot will focus on the supply and distribution of all light catering equipment such as Crockery, Cutlery, Glassware, Paddle / serving boards, Cruets, Linen, Display boards, trays, food display, stands, / risers, dishes, baskets, dispensers, warmers, chafers, soup kettles, gastro-norm pans, Knives, utensils, light appliances such as toasters, contact grills, fryers, fly killers, water boilers, sous vides, microwaves, blenders, mixers, coffee machines, trolleys, racking trolleys etc.
      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: 14,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 11/10/2018 / End: 10/10/2020       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend by 2, 1 year extensions up until 10.10.2022
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of candidates: It is anticipated that the minimum number of suppliers, per Lot, will be 3 and the tender, structured this way will encourage SME’s to participate however there must be enough suppliers to ensure national coverage.
      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: Please refer to the documents “TUCO SQ Notes to Tenderers, TUCO Notes to Tenderers and Further Competition” documents for further information and guidance on completing both the SQ and ITT.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Catering Uniforms including PPE       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      18100000 - Occupational clothing, special workwear and accessories.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot will focus on the supply and distribution of catering uniforms and PPE for use by kitchen and front of house staff such as Jackets, tunics, trousers, caps, aprons, uniforms, waistcoats, footwear.
      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: 1,300,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 11/10/2018 / End: 10/10/2020       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend by 2, 1 year extensions up until 10.10.2022
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of candidates: It is anticipated that the minimum number of suppliers, per Lot, will be 3 and the tender, structured this way will encourage SME’s to participate however there must be enough suppliers to ensure national coverage.
      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: Please refer to the documents “TUCO SQ Notes to Tenderers, TUCO Notes to Tenderers and Further Competition” documents for further information and guidance on completing both the SQ and ITT.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Sustainable alternatives to disposables (cups and boxes)       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      39221121 - Cups.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot will focus on the supply and distribution of sustainable (reusable) alternatives to disposables cups and packaging which will reduce the use of single use cups and boxes. Many of our members already operate a keep cup scheme whereby the cups and packaging are sold to and reused by students and staff attracting a discount off drinks / food purchases made on campus / at outlets.
      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: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 11/10/2018 / End: 10/10/2020       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend by 2, 1 year extensions up until 10.10.2022
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of candidates: It is anticipated that the minimum number of suppliers, per Lot, will be 3 and the tender, structured this way will encourage SME’s to participate however there must be enough suppliers to ensure national coverage.
      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: Please refer to the documents “TUCO SQ Notes to Tenderers, TUCO Notes to Tenderers and Further Competition” documents for further information and guidance on completing both the SQ and ITT.       
II.2) Description Lot No. 4
      
      II.2.1) Title: Cookware       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      42214100 - Cooking ovens.
      42214110 - Grills.
      39711360 - Ovens.
      39711361 - Electric ovens.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot will focus on the supply and distribution of cookware such as ranges, combi /convection / induction ovens, griddles, bratt pans, fryers, pressure cookers / steamers.
      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: 2,200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 11/10/2018 / End: 10/10/2020       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend by 2, 1 year extensions up until 10.10.2022
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of candidates: It is anticipated that the minimum number of suppliers, per Lot, will be 3 and the tender, structured this way will encourage SME’s to participate however there must be enough suppliers to ensure national coverage.
      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: Please refer to the documents “TUCO SQ Notes to Tenderers, TUCO Notes to Tenderers and Further Competition” documents for further information and guidance on completing both the SQ and ITT.       
II.2) Description Lot No. 5
      
      II.2.1) Title: Refrigeration       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      39711100 - Refrigerators and freezers.
      39711110 - Refrigerator-freezers.
      39711120 - Freezers.
      39711123 - Upright-type freezers.
      39711124 - Industrial freezers.
      39711130 - Refrigerators.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot will focus on the supply and distribution of fridges, freezers, blast chillers, shock freezers, prep counters, multi deck display chillers
      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: 2,200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 11/10/2018 / End: 10/10/2020       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend by 2, 1 year extensions up until 10.10.2022
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of candidates: It is anticipated that the minimum number of suppliers, per Lot, will be 3 and the tender, structured this way will encourage SME’s to participate however there must be enough suppliers to ensure national coverage.
      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: Please refer to the documents “TUCO SQ Notes to Tenderers, TUCO Notes to Tenderers and Further Competition” documents for further information and guidance on completing both the SQ and ITT.       
II.2) Description Lot No. 6
      
      II.2.1) Title: Specialist cold rooms and walk in freezers       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      39711120 - Freezers.
      39711124 - Industrial freezers.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot will focus on the supply and distribution of heavy duty walk in cold rooms and freezers
      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:
      Start: 11/10/2018 / End: 10/10/2020       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend by 2, 1 year extensions up until 10.10.2022
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of candidates: It is anticipated that the minimum number of suppliers, per Lot, will be 3 and the tender, structured this way will encourage SME’s to participate however there must be enough suppliers to ensure national coverage.
      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: Please refer to the documents “TUCO SQ Notes to Tenderers, TUCO Notes to Tenderers and Further Competition” documents for further information and guidance on completing both the SQ and ITT.       
II.2) Description Lot No. 7
      
      II.2.1) Title: Ware washing       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      39713100 - Dishwashing machines.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot will focus on the supply and distribution of under / conveyor / pass through / utensil dishwashers
      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: 1,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 11/10/2018 / End: 10/10/2020       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend by 2, 1 year extensions up until 10.10.2022
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of candidates: It is anticipated that the minimum number of suppliers, per Lot, will be 3 and the tender, structured this way will encourage SME’s to participate however there must be enough suppliers to ensure national coverage.
      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: Please refer to the documents “TUCO SQ Notes to Tenderers, TUCO Notes to Tenderers and Further Competition” documents for further information and guidance on completing both the SQ and ITT.       
II.2) Description Lot No. 8
      
      II.2.1) Title: Kitchen Ventilation Systems       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      42520000 - Ventilation equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot will focus on the supply and distribution of kitchen ventilation systems such as Grease / condensation canopies (wall mounted, single or double island)
      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:
      Start: 11/10/2018 / End: 10/10/2020       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend by 2, 1 year extensions up until 10.10.2022
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of candidates: It is anticipated that the minimum number of suppliers, per Lot, will be 3 and the tender, structured this way will encourage SME’s to participate however there must be enough suppliers to ensure national coverage.
      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: Please refer to the documents “TUCO SQ Notes to Tenderers, TUCO Notes to Tenderers and Further Competition” documents for further information and guidance on completing both the SQ and ITT.       
II.2) Description Lot No. 9
      
      II.2.1) Title: Heavy Catering Appliances       
      Lot No: 9       
      II.2.2) Additional CPV codes:
      39220000 - Kitchen equipment, household and domestic items and catering supplies.
      39221000 - Kitchen equipment.
      39314000 - Industrial kitchen equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot will focus on the supply and distribution of heavy and industrial kitchen appliances such as Blenders, mixers, slicers, preparation equipment
      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: 2,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 11/10/2018 / End: 10/10/2020       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend by 2, 1 year extensions up until 10.10.2022
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of candidates: It is anticipated that the minimum number of suppliers, per Lot, will be 3 and the tender, structured this way will encourage SME’s to participate however there must be enough suppliers to ensure national coverage.
      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: Please refer to the documents “TUCO SQ Notes to Tenderers, TUCO Notes to Tenderers and Further Competition” documents for further information and guidance on completing both the SQ and ITT.       
II.2) Description Lot No. 10
      
      II.2.1) Title: Heavy Catering Equipment (all items one-stop shop)       
      Lot No: 10       
      II.2.2) Additional CPV codes:
      39221000 - Kitchen equipment.
      39314000 - Industrial kitchen equipment.
      39711100 - Refrigerators and freezers.
      39713100 - Dishwashing machines.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot will focus on the supply and distribution of all heavy equipment items as outlined in the other Lots for heavy equipment i.e. Cookware, Refrigeration, Specialist cold rooms and walk in freezers, Ware washing, Kitchen Ventilation Systems, Heavy Catering Appliances
      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:
      Start: 11/10/2018 / End: 10/10/2020       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend by 2, 1 year extensions up until 10.10.2022
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of candidates: It is anticipated that the minimum number of suppliers, per Lot, will be 3 and the tender, structured this way will encourage SME’s to participate however there must be enough suppliers to ensure national coverage.
      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: Please refer to the documents “TUCO SQ Notes to Tenderers, TUCO Notes to Tenderers and Further Competition” documents for further information and guidance on completing both the SQ and ITT.       


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
      List and brief description of selection criteria:       
      See tender documents    
      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       
      See tender documents          
      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: 07/06/2018 Time: 15:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 02/07/2018       
      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:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: January 2022
   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. Tender will be carried out using e-Procurement software In-Tend. If you wish to register your interest in this procurement then please register on the following website https://in-tendhost.co.uk/tuco/aspx/Home
The tender will follow the restricted procedure details of which can be seen in the tender documents provided. The framework will be awarded based on MEAT (Most Economically Advantageous Tender). A list of permissible users is available within the tender documents.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=316383655
   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
          20, Dale Street, Manchester, M1 1EZ, 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
       20, Dale Street, Manchester, M1 1EZ, 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: 04/05/2018

Annex A


View any Notice Addenda

View Award Notice