The University Caterers Organisation Ltd: Design & Installation for the Customer experience (Catering and Social Spaces)

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

Notice Summary
Title: Design & Installation for the Customer experience (Catering and Social Spaces)
Notice type: Contract Notice
Authority: The University Caterers Organisation Ltd
Nature of contract: Works
Procedure: Restricted
Short Description: Lot 1 – Customer experience design TUCO are looking for customer experience designers. It is envisaged that awarded suppliers will have specialist experience in designing catering and interactive social spaces. Suppliers will also be expected to consider such things as menu design, staff uniform, crockery etc. seeking innovative design solutions There may be a requirement to reflect specific values such as sustainability, or to match the ‘theme’ of the building. Consideration should be made of the intended customer base the TUCO member is addressing for each specific area. Lot 2 – Kitchen and Counter Design, Manufacture and Installation TUCO envisage suitable suppliers will be able to provide their own in-house specialist design layout for these areas, in-house or sub-contracted fabrication and the ability to supply and install specified equipment or install client supplied equipment
Published: 16/03/2022 13:42

View Full Notice

UK-Manchester: Kitchen or restaurant conversion.
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: 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: Design & Installation for the Customer experience (Catering and Social Spaces)       
      Reference Number: CAT11062-TU
      II.1.2) Main CPV Code:
      45212500 - Kitchen or restaurant conversion.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Lot 1 – Customer experience design
TUCO are looking for customer experience designers. It is envisaged that awarded suppliers will have specialist experience in designing catering and interactive social spaces. Suppliers will also be expected to consider such things as menu design, staff uniform, crockery etc. seeking innovative design solutions There may be a requirement to reflect specific values such as sustainability, or to match the ‘theme’ of the building. Consideration should be made of the intended customer base the TUCO member is addressing for each specific area.
Lot 2 – Kitchen and Counter Design, Manufacture and Installation
TUCO envisage suitable suppliers will be able to provide their own in-house specialist design layout for these areas, in-house or sub-contracted fabrication and the ability to supply and install specified equipment or install client supplied equipment       
      II.1.5) Estimated total value:
      Value excluding VAT: 15,000,000       
      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: Customer experience design       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71242000 - Project and design preparation, estimation of costs.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: TUCO are looking for customer experience designers. It is envisaged that awarded suppliers will have specialist experience in designing catering and interactive social spaces. Suppliers will also be expected to consider such things as menu design, staff uniform, crockery etc. TUCO Members will be seeking innovative design solutions that will enhance the ambience of the area/s and create an increase in footfall and spend. There may be a requirement to reflect specific values such as sustainability, or to match the ‘theme’ of the building. Consideration should be made of the intended customer base the TUCO member is addressing for each specific area.
      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: 7,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework is for 2 years with a possible extension of 2 x 12 month periods, dependent upon supplier performance and market developments
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 10       
      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:       Yes             
      Description of options: The framework is for 2 years with a possible extension of 2 x 12 month periods, dependent upon supplier performance and market developments
      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: Kitchen and Counter Design, Manufacture and Installation       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45212500 - Kitchen or restaurant conversion.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: TUCO envisage suitable suppliers will be able to provide their own in-house specialist design layout for these areas, in-house or sub-contracted fabrication and the ability to supply and install specified equipment or install client supplied 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: 7,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: 2 years with a possible extension of 2 x 12 month periods, dependent upon supplier performance and market developments
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 10       
      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:       Yes             
      Description of options: 2 years with a possible extension of 2 x 12 month periods, dependent upon supplier performance and market developments
      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: 10               
         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: 11/04/2022 Time: 10:00
      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:
         Duration in month(s): 9
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 4 years
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=676165705
   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 16107133420, 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: 16/03/2022

Annex A


View any Notice Addenda

View Award Notice

UK-Manchester: Kitchen or restaurant conversion.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       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: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Design & Installation for the Customer experience (Catering and Social Spaces)            
      Reference number: CAT11062-TU

      II.1.2) Main CPV code:
         45212500 - Kitchen or restaurant conversion.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Lot 1 – Customer experience design TUCO are looking for customer experience designers. It is envisaged that awarded suppliers will have specialist experience in designing catering and interactive social spaces. Suppliers will also be expected to consider such things as menu design, staff uniform, crockery etc. seeking innovative design solutions There may be a requirement to reflect specific values such as sustainability, or to match the ‘theme’ of the building. Consideration should be made of the intended customer base the TUCO member is addressing for each specific area. Lot 2 – Kitchen and Counter Design, Manufacture and Installation TUCO envisage suitable suppliers will be able to provide their own in-house specialist design layout for these areas, in-house or sub-contracted fabrication and the ability to supply and install specified equipment or install client supplied equipment

      II.1.6) Information about lots
         This contract is divided into lots: Yes
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 15,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Customer experience design   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71242000 - Project and design preparation, estimation of costs.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: TUCO are looking for customer experience designers. It is envisaged that awarded suppliers will have specialist experience in designing catering and interactive social spaces. Suppliers will also be expected to consider such things as menu design, staff uniform, crockery etc. TUCO Members will be seeking innovative design solutions that will enhance the ambience of the area/s and create an increase in footfall and spend. There may be a requirement to reflect specific values such as sustainability, or to match the ‘theme’ of the building. Consideration should be made of the intended customer base the TUCO member is addressing for each specific area.

      II.2.5) Award criteria:
      Quality criterion - Name: Contract Management and CSR / Weighting: 30
      Quality criterion - Name: Ordering Delivery and Invoicing / Weighting: 30
                  
      Cost criterion - Name: Pricing Project specific and contract docs / Weighting: 40
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The framework is for 2 years with a possible extension of 2 x 12 month periods, dependent upon supplier performance and market developments

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Kitchen and Counter Design, Manufacture and Installation   
      Lot No:2

      II.2.2) Additional CPV code(s):
            45212500 - Kitchen or restaurant conversion.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: TUCO envisage suitable suppliers will be able to provide their own in-house specialist design layout for these areas, in-house or sub-contracted fabrication and the ability to supply and install specified equipment or install client supplied equipment.

      II.2.5) Award criteria:
      Quality criterion - Name: Contract management and CSR / Weighting: 30
      Quality criterion - Name: Ordering Delivery and Invoicing / Weighting: 30
                  
      Cost criterion - Name: Pricing project specific and contract docs / Weighting: 40
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:2 years with a possible extension of 2 x 12 month periods, dependent upon supplier performance and market developments

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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: Yes       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2022/S 000-007191
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: CAT11062-TU    
   Lot Number: 1    
   Title: Lot 1 Customer experience design Lot 2 Kitchen and Counter Design Manufacture and Installation

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/09/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             International Food Service Equipment Limited, 02650258
             14th Floor 33 Cavendish Square,, London, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             SDI Displays Ltd (Wearesdi), 04335410
             Copt Oak Barn Ridgefield Business Park Nanpantan Road, Copt Oak, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             PSV Design Ltd, 08346050
             Eventus Business Centre Sunderland Road Northfields Industrial Estate,, Market Deeping, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Space Catering (UK) Ltd, 08134936
             Fourth Way Avonmouth,, Bristol, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Airedale Catering Equipment Ltd, 01913324
             Airedale House Battye Street, Bradford, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Restaurant Design Associates Ltd (RDA), 06080790
             B5 Marquis Court Team Valley Trading Estate, Gateshead, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             442 Design Ltd, SC237282
             5th Floor York House 14 South St Andrew Street, Edinburgh, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Denby Catering Equipment Limited, 04399476
             8 Navigation Court, Wakefield, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Promart Manufacturing Ltd, 01751832
             Caddick Road Knowsley Business Park, Prescot, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             ABM Catering for Leisure, 02221416
             Allgate House Clydesmuir Rd Ind Estate, Tremorfa, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 15,000,000          
         Total value of the contract/lot: 15,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=749247453

   VI.4) Procedures for review

      VI.4.1) Review body
          TUCO Ltd
          c/o Mitchell Charlesworth 3rd Floor 44 Peter Street, Manchester, M2 5GP, 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
          c/o Mitchell Charlesworth 3rd Floor 44 Peter Street, Manchester, M2 5GP, United Kingdom
          Tel. +44 16107133420, 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 review procedure may be obtained
          TUCO Ltd
          c/o Mitchell Charlesworth 3rd Floor 44 Peter Street, Manchester, M2 5GP, 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: 11/01/2023