The University Caterers Organisation Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Supply & Distribution of Spirits & Core Wines, Beer and Cider |
Notice type: | Contract Notice |
Authority: | The University Caterers Organisation Ltd |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | The purpose of this contract is for the supply and distribution Spirits & Core Wines, Beer and Cider to members and clients of TUCO. |
Published: | 08/07/2019 14:00 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The University Caterers Organisation Ltd (TUCO Ltd)
3rd Floor National House, 36 St Ann Street, Manchester, M2 7LE, United Kingdom
Tel. +44 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: 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 & Distribution of Spirits & Core Wines, Beer and Cider
Reference Number: CAT11045-TU
II.1.2) Main CPV Code:
15910000 - Distilled alcoholic beverages.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The purpose of this contract is for the supply and distribution Spirits & Core Wines, Beer and Cider to members and clients of TUCO.
II.1.5) Estimated total value:
Value excluding VAT: 48,000,000
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: Draught Beers & Ciders
Lot No: Lot 1
II.2.2) Additional CPV codes:
15961000 - Beer.
15941000 - Cider.
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 draught alcoholic drinks such as beer, cider, stout and ale
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Option to extend by 2, 1 year extensions up until 15.01.2024. This will be subject to performance.
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: 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 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: Packaged Beers & Cider
Lot No: Lot 2
II.2.2) Additional CPV codes:
15910000 - Distilled alcoholic beverages.
15961000 - Beer.
15941000 - Cider.
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 packaged alcoholic drinks such as beer, cider and alcopops.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Option to extend by 2, 1 year extensions up until 15.01.2024. This will be subject to performance.
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: 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: Yes
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: Spirits and Fortified Wine
Lot No: Lot 3
II.2.2) Additional CPV codes:
15910000 - Distilled alcoholic beverages.
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 spirits and fortified wines.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Option to extend by 2, 1 year extensions up until 15.01.2024. This will be subject to performance.
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: 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: Yes
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: Core Wines and all wines
Lot No: Lot 4
II.2.2) Additional CPV codes:
15910000 - Distilled alcoholic beverages.
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 core wines and other wines required by our members
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Option to extend by 2, 1 year extensions up until 15.01.2024. This will be subject to performance.
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: 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: Yes
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: One Stop Shop (Lots 1-4)
Lot No: Lot 5
II.2.2) Additional CPV codes:
15961000 - Beer.
15940000 - Cider and other fruit wines.
15941000 - Cider.
15910000 - Distilled alcoholic beverages.
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 products covered in Lots 1,2, 3 and 4 enabling our members to call off from this agreement if they are looking to use a one stop shop approach. Requires the supply of beers, ciders, spirits, fortified wines and core and all wines
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Option to extend by 2, 1 year extensions up until 15.01.2024. This will be subject to performance.
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: 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: Yes
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: Independent Brewers
Lot No: Lot 6
II.2.2) Additional CPV codes:
15961000 - Beer.
15941000 - Cider.
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 beer, cider, stout, ale from smaller scale independent brewers
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Option to extend by 2, 1 year extensions up until 15.01.2024. This will be subject to performance.
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: 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: Yes
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
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 13/08/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 23/09/2019
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: 4 years
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. Interested suppliers should register their interest in the first instance at https://in-tendhost.co.uk/tuco/aspx/Home suppliers will then be able to access the Pre-Qualification documents. All tendering and communication will be done electronically via the In-Tend Host website. The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. The Framework Agreement is for use by but not limited to various institutions of Higher Educationhttp:// www.hefce.ac.uk/unicoll/ (TUCO Ltd clients see http://www.tuco.org/buy/clients); SUPC members see http:// supc.procureweb.ac.uk/aboutsupc-members APUC members see http://www.apuc-scot.ac.uk/home.htm NWUPC members see www.nwupc.ac.uk NEUPC members see http://neupg.procureweb.ac.uk/ HEPCW members see http://hepcw.procureweb.ac.uk/ LUPC members see http://www.lupc.ac.uk/ Academies; Further Education FE colleges and FE colleges via Crescent Purchasing Consortium (currently 170 colleges throughout the UK) and any other member of CPC; Conwy CBC, Denbighshire CC, Flintshire CC, Wrexham CBC, Sefton Council, Halton BC, Cheshire West and Chester Council, South Ribble
Borough Council, Liverpool City Council, Wirral BC, Rochdale MBC, Northumberland CC and any other Local Authorities http://www.direct.gov.uk/en/D11/ Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG Education Establishments in England and Wales, maintained by the Department for Children, Schools and Families including
Schools, Universities and Colleges http://www.edubase.gov.uksearchxhtml;4767F89630A039E98FE593093D577013?page=members http:// www.assemblywales.org http://new.wales.gov.uk/?lang=en https://www.sell2wales.co.uk and NHS Trusts http://www.nhs.uk/servicedirectories/Pages/AcuteTrustListing.aspx and this may include additional Local Authorities, Research Councils www.rcuk.ac.uk NHS Trusts and Police Authorities www.apa.police.uk Housing associations, registered social landlords(RSL's), arm's length management organisations. All 700 plus current members of Procurement for Housing (PfH) and any future members, details of current membership for PfH can be found here;
http://www.procurementforhousing.co.uk/membership/membership_list Please refer to the following websites for a full list of RSL's http://www.tenantservicesauthority.org/ or http: NUSSL http://www.ukmsl.com/client/nusconnect/ The member organisations above are located throughout the UK, including England, Scotland, Wales and Northern Ireland. The Framework Agreement is also for use by but not limited to Crown Commercial Services. This Framework may also be used by other public bodies as defined by the European Union
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Distilled-alcoholic-beverages./V67U2M454X
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V67U2M454X
VI.4) Procedures for review
VI.4.1) Review body:
TUCO Ltd
3rd Floor National House, 36 St Ann Street, Manchester, M2 7LE, United Kingdom
Tel. +44 1617133420, Email: info@tuco.ac.uk
Internet address: http://www.tuco.ac.uk
VI.4.2) Body responsible for mediation procedures:
TUCO Ltd
3rd Floor National House, 36 St Ann Street, Manchester, M2 7LE, United Kingdom
Tel. +44 1617133420, Email: info@tuco.ac.uk
Internet address: http://www.tuco.ac.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Authority will incorporate a minimum 10 calendar days 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 been successfully resolved the public contract regulations 2006 (SI 2006 nº 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 onlyaward 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 1617133420, Email: info@tuco.ac.uk
Internet address: http://www.tuco.ac.uk
VI.5) Date Of Dispatch Of This Notice: 08/07/2019
Annex A