The University Caterers Organisation Ltd: Supply and Distribution of Grocery,Frozen & Chilled Products

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

Notice Summary
Title: Supply and Distribution of Grocery,Frozen & Chilled Products
Notice type: Contract Notice
Authority: The University Caterers Organisation Ltd
Nature of contract: Supplies
Procedure: Restricted
Short Description: This Framework is for the supply and distribution of Grocery, Frozen & Chilled Products. Tenderers will be required to submit samples to Campden BRI. The cost of sampling which is 160 GBP (excluding VAT) per product will be shared between he tenderer and TUCO i.e. the tenderer will pay 50%towards the cost. Where there are duplicate products the charge will be 45 GBP (excluding VAT). This will not be split by 50%. It is estimated that 30 products will be required for Grocery, Frozen & Chilled.
Published: 05/09/2018 14:19

View Full Notice

UK-Manchester: Food, beverages, tobacco and related products.
Section I: Contracting Authority
      I.1) Name and addresses
             TUCO Ltd
             3rd Floor National House, 36 St Ann St, Manchester, M2 7LE, United Kingdom
             Tel. +44 1617133424, Email: jane.eve@tuco.ac.uk
             Contact: Jane eve
             Main Address: www.tuco.ac.uk, Address of the buyer profile: https://in-tendhost.co.uk/tuco/aspx/Home
             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: Supply and Distribution of Grocery,Frozen & Chilled Products       
      Reference Number: CAT11042-TU
      II.1.2) Main CPV Code:
      15000000 - Food, beverages, tobacco and related products.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: This Framework is for the supply and distribution of Grocery, Frozen & Chilled Products. Tenderers will be required to submit samples to Campden BRI. The cost of sampling which is 160 GBP (excluding VAT) per product will be shared between he tenderer and TUCO i.e. the tenderer will pay 50%towards the cost. Where there are duplicate products the charge will be 45 GBP (excluding VAT). This will not be split by 50%. It is estimated that 30 products will be required for Grocery, Frozen & Chilled.       
      II.1.5) Estimated total value:
      Value excluding VAT: 300,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: maximum number of lots: 6
      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: Tenderers who apply for Lot 1 & 2 are not permitted to apply for Lots 3 & 7. Tenderers who apply for Lots 4, 5, 6 & 8 are not permitted to apply for Lots 3 & 7

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Supply & Distribution of Grocery & Chilled Foods for HE & FE (Bidders who apply for this Lot are not permitted to apply for Lots 3 and 7       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      15000000 - Food, beverages, tobacco and related products.
      15897200 - Canned goods.
      15612000 - Cereal or vegetable flour and related products.
      15894600 - Sandwich fillings.
      15400000 - Animal or vegetable oils and fats.
      15890000 - Miscellaneous food products and dried goods.
      15550000 - Assorted dairy products.
      15610000 - Grain mill products.
      15894700 - Delicatessen.
      15540000 - Cheese products.
      15893100 - Food mixes.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 1 Supply & Distribution of Grocery & Chilled Foods for HE & FE (Bidders who apply for this Lot are not permitted to apply for Lots 3 and 7
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Commercial / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 140,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2019 / End: 31/03/2021       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend agreement by 2, 1 year extensions up until 31.03. 23
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
            / Maximum number: 20       
      Objective criteria for choosing the limited number of candidates: These will be based on the evaluation of the SQ which is a combination of Pass/Fail questions and scored response.
      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 Ltd notes to tenderers' and 'further competition documents' for further infomation to aid in completion of the SQ and ITT.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2 Frozen & Chilled HE & FE (Bidders who apply for this Lot are not permitted to apply for lots 3 and 7)       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      15896000 - Deep-frozen products.
      15221000 - Frozen fish.
      15220000 - Frozen fish, fish fillets and other fish meat.
      15331170 - Frozen vegetables.
      15251000 - Frozen crustaceans.
      15229000 - Frozen fish products.
      15311000 - Frozen potatoes.
      15311200 - Diced, sliced and other frozen potatoes.
      15312200 - Part-fried potato chips.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Supply and Distribution of Frozen & Chilled (Bidders who apply for this Lot are not permitted to apply for lots 3 and 7)
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Commercial / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 130,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2019 / End: 31/03/2021       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend agreement by 2, 1 year extensions up until 31.03. 23
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
            / Maximum number: 20       
      Objective criteria for choosing the limited number of candidates: These will be based on the evaluation of the SQ which is a combination of Pass/Fail questions and scored response.
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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 Ltd notes to tenderers' and 'further competition documents' for further infomation to aid in completion of the SQ and ITT.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Chilled Products HE & FE       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      15000000 - Food, beverages, tobacco and related products.
      15894600 - Sandwich fillings.
      15550000 - Assorted dairy products.
      15894700 - Delicatessen.
      15540000 - Cheese products.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 3 Supply & Distribution of Chilled Products HE & FE
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Commercial / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 20,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2019 / End: 31/03/2021       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend agreement by 2, 1 year extensions up until 31.03. 23
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
            / Maximum number: 20       
      Objective criteria for choosing the limited number of candidates: These will be based on the evaluation of the SQ which is a combination of Pass/Fail questions and scored response.
      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 Ltd notes to tenderers' and 'further competition documents' for further infomation to aid in completion of the SQ and ITT.       
II.2) Description Lot No. 4
      
      II.2.1) Title: Grocery, Frozen & Chilled HE and FE (Bidders who apply for this Lot are not permitted to apply for Lots 3 and 7)       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      15000000 - Food, beverages, tobacco and related products.
      15897200 - Canned goods.
      15612000 - Cereal or vegetable flour and related products.
      15894600 - Sandwich fillings.
      15400000 - Animal or vegetable oils and fats.
      15890000 - Miscellaneous food products and dried goods.
      15550000 - Assorted dairy products.
      15610000 - Grain mill products.
      15894700 - Delicatessen.
      15540000 - Cheese products.
      15893100 - Food mixes.
      15896000 - Deep-frozen products.
      15221000 - Frozen fish.
      15220000 - Frozen fish, fish fillets and other fish meat.
      15331170 - Frozen vegetables.
      15251000 - Frozen crustaceans.
      15229000 - Frozen fish products.
      15311000 - Frozen potatoes.
      15311200 - Diced, sliced and other frozen potatoes.
      15312200 - Part-fried potato chips.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 4 Supply & Distribution of Grocery, Frozen & Chilled HE and FE (Bidders who apply for this Lot are not permitted to apply for Lots 3 and 7)
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Commercial / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 270,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2019 / End: 31/03/2021       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend agreement by 2, 1 year extensions up until 31.03. 23
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
            / Maximum number: 20       
      Objective criteria for choosing the limited number of candidates: These will be based on the evaluation of the SQ which is a combination of Pass/Fail questions and scored response.
      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 Ltd notes to tenderers' and 'further competition documents' for further infomation to aid in completion of the SQ and ITT.       
II.2) Description Lot No. 5
      
      II.2.1) Title: Supply and Distribution of Grocery and Chilled Products Local Authorities and other organisations who meet TUCO membership criteria (bidders who apply for this Lot are not permitted to apply for Lots 3 and 7)       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      15000000 - Food, beverages, tobacco and related products.
      15897200 - Canned goods.
      15612000 - Cereal or vegetable flour and related products.
      15894600 - Sandwich fillings.
      15400000 - Animal or vegetable oils and fats.
      15890000 - Miscellaneous food products and dried goods.
      15550000 - Assorted dairy products.
      15610000 - Grain mill products.
      15894700 - Delicatessen.
      15540000 - Cheese products.
      15893100 - Food mixes.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 5 - Supply and Distribution of Grocery and Chilled Products Local Authorities and other organisations who meet TUCO membership criteria (bidders who apply for this Lot are not permitted to apply for Lots 3 and 7)
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Commercial / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 15,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2019 / End: 31/03/2021       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend agreement by 2, 1 year extensions up until 31.03. 23
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
            / Maximum number: 20       
      Objective criteria for choosing the limited number of candidates: These will be based on the evaluation of the SQ which is a combination of Pass/Fail questions and scored response.
      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 Ltd notes to tenderers' and 'further competition documents' for further infomation to aid in completion of the SQ and ITT.       
II.2) Description Lot No. 6
      
      II.2.1) Title: Supply and Distribution of Frozen & Chilled Local Authorities and other organisations who meet TUCO membership criteria (bidders who apply for this Lot are not permitted to apply for Lots 3 and 7)       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      15896000 - Deep-frozen products.
      15221000 - Frozen fish.
      15220000 - Frozen fish, fish fillets and other fish meat.
      15331170 - Frozen vegetables.
      15251000 - Frozen crustaceans.
      15229000 - Frozen fish products.
      15311000 - Frozen potatoes.
      15311200 - Diced, sliced and other frozen potatoes.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 6 - Supply and Distribution of Frozen & Chilled Local Authorities and other organisations who meet TUCO membership criteria (bidders who apply for this Lot are not permitted to apply for Lots 3 and 7)
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Pricing / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 15,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2019 / End: 31/03/2021       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend agreement by 2, 1 year extensions up until 31.03. 23
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
            / Maximum number: 20       
      Objective criteria for choosing the limited number of candidates: These will be based on the evaluation of the SQ which is a combination of Pass/Fail questions and scored response.
      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 Ltd notes to tenderers' and 'further competition documents' for further infomation to aid in completion of the SQ and ITT.       
II.2) Description Lot No. 7
      
      II.2.1) Title: Supply and Distribution of Chilled Products Local Authorities and other organisations who meet TUCO membership criteria       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      15000000 - Food, beverages, tobacco and related products.
      15894600 - Sandwich fillings.
      15550000 - Assorted dairy products.
      15894700 - Delicatessen.
      15540000 - Cheese products.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 7 - Supply and Distribution of Chilled Products Local Authorities and other organisations who meet TUCO membership criteria
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Commercial / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 15,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2019 / End: 31/03/2021       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend agreement by 2, 1 year extensions up until 31.03. 23
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
            / Maximum number: 20       
      Objective criteria for choosing the limited number of candidates: These will be based on the evaluation of the SQ which is a combination of Pass/Fail questions and scored response.
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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 Ltd notes to tenderers' and 'further competition documents' for further infomation to aid in completion of the SQ and ITT.       
II.2) Description Lot No. 8
      
      II.2.1) Title: Supply and Distribution of Grocery, Frozen & Chilled Local Authorities and other organisations who meet TUCO membership criteria (bidders who apply for this Lot are not permitted to apply for Lots 3 and 7)       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      15000000 - Food, beverages, tobacco and related products.
      15897200 - Canned goods.
      15612000 - Cereal or vegetable flour and related products.
      15894600 - Sandwich fillings.
      15400000 - Animal or vegetable oils and fats.
      15890000 - Miscellaneous food products and dried goods.
      15550000 - Assorted dairy products.
      15610000 - Grain mill products.
      15894700 - Delicatessen.
      15540000 - Cheese products.
      15893100 - Food mixes.
      15896000 - Deep-frozen products.
      15221000 - Frozen fish.
      15220000 - Frozen fish, fish fillets and other fish meat.
      15331170 - Frozen vegetables.
      15251000 - Frozen crustaceans.
      15229000 - Frozen fish products.
      15311000 - Frozen potatoes.
      15311200 - Diced, sliced and other frozen potatoes.
      15312200 - Part-fried potato chips.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 8 - Supply and Distribution of Grocery, Frozen & Chilled Local Authorities and other organisations who meet TUCO membership criteria (bidders who apply for this Lot are not permitted to apply for Lots 3 and 7)
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Commercial / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 30,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2019 / End: 31/03/2021       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend agreement by 2, 1 year extensions up until 31.03. 23
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
            / Maximum number: 20       
      Objective criteria for choosing the limited number of candidates: These will be based on the evaluation of the SQ which is a combination of Pass/Fail questions and scored response.
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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 Ltd notes to tenderers' and 'further competition documents' for further infomation to aid in completion of 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       
      List and brief description of selection criteria:
      See tender documents    
      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: 08/10/2018 Time: 10:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/11/2018       
      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: 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.
Tender will be carried out using e-Procurement Software In-Tend. If you wish to register your interest in thisprocurement, please register on the following web site https://in-tendhost.co.uk/tuco/aspx/Home. The tender willfollow a restricted process. Details on this process can be viewed within the tender documents. The frameworkwill be awarded based on MEAT (Most Economically Advantageous Tender).
The 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=342341058
   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 1617133424, 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:    
    The authority will incorporate a minimum 10 calendar day standstill, at the point information on award of contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before expiry of the standstill period. Such additional information should be requested from the address of the contracting authority of this contract notice. If an appeal regarding the award of a contract has not beensuccessfully resolved the public contract regulations 2006 (SI 2006 NÂș 5) provide aggrieved parties who have been harmed or at risk of harm by breach of the rules to action in the high court (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a contract has been entered into, the court may order the setting aside of the award decision or order the authority to amend any document and may award damages.If the contract has been entered into the court may only award damages    
   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 1617133424, Email: info@tuco.ac.uk
       Internet address: http://www.tuco.ac.uk
   VI.5) Date Of Dispatch Of This Notice: 05/09/2018

Annex A


View any Notice Addenda

View Award Notice