Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
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 and Installation for the Customer experience (catering and social spaces).
Reference number: CAT11029-TU
II.1.2)Main CPV code
45212500
II.1.3)Type of contract
Services
II.1.4)Short description:
Lot 1 — 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.
Lot 2 — TUCO envisage suitable suppliers will be able to provide their own in-house specialist design layout for these areas, own in-house fabrication and the ability to supply and install specified equipment or install client supplied equipment.
II.1.5)Estimated total value
Value excluding VAT: 30 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Customer experience design
Lot No: 1
II.2.2)Additional CPV code(s)
39310000
71220000
79421200
79415200
79930000
39141000
39314000
45212500
71242000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
II.2.4)Description of the procurement:
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. 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.
Users of this framework may choose to use all or part of the scope of this agreement.
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
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 number of candidates: 8
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
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
II.2)Description
II.2.1)Title:
Kitchen and Counter Design, Manufacture and Installation
Lot No: 2
II.2.2)Additional CPV code(s)
39310000
39141000
39314000
45212500
79930000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
II.2.4)Description of the procurement:
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, own in-house fabrication and the ability to supply and install specified equipment or install client supplied equipment.
Member Institutions may have differing needs in service delivery, and therefore suppliers will need to offer a degree of flexibility and tailoring in their service.
Users of this framework may choose to use all or part of the scope of this agreement.
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
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 number of candidates: 8
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
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
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:
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
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: 8
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 27/10/2017
Local time: 09:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 08/12/2017
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 months: 12 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflows
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 for this opportunity then please go to the following website: https://in-tendhost.co.uk/tuco/aspx/Home
The tender process will be carried out under a Restricted procedure which will entail a 2 stage process.
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 seehttp://supc.procureweb.ac.uk/aboutsupc-members APUC members see http://www.apuc-scot.ac.uk/home.htmNWUPCmembers see www.nwupc.ac.uk NEUPC members see http://neupg.procureweb.ac.uk/HEPCWmembers 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=membershttp://www.assemblywales.org http://new.wales.gov.uk/?lang=en https://www.sell2wales.co.uk and NHS Trustshttp://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. Members of the HospiceQualityPartnership (HQP) www.hospicequalitypartnership.co.uk
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.
VI.4)Procedures for review
VI.4.1)Review body
TUCO Ltd
20 Dale Street
Manchester
M1 1EZ
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
21/09/2017