loading
  • GB-M1 1EZ Manchester
  • 27.10.2017
  • Ausschreibung
  • (ID 2-278734)

Design and Installation for the Customer experience (catering and social spaces).


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 27.10.2017, 09:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 8 - max. 8
    Gebäudetyp Tourismus, Gastronomie
    Art der Leistung Design
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    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.
    Adresse des Bauherren UK-M1 1EZ Manchester
    TED Dokumenten-Nr. 375251-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Manchester: Kitchen or restaurant conversion

      2017/S 183-375251

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      TUCO Ltd
      20 Dale Street
      Manchester
      M1 1EZ
      United Kingdom
      Contact person: Nicola Mellor
      Telephone: +44 1617133426
      E-mail: 
      MjE3XVhSXltQHVxUW1teYS9jZFJeHVBSHWRa
      NUTS code: UK

      Internet address(es):

      Main address: http://www.tuco.org

      Address of the buyer profile: http://https://in-tendhost.co.uk/tuco/aspx/Home

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      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 submitted electronically via: https://in-tendhost.co.uk/tuco/aspx/Home
      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:

       

      United Kingdom.

       

      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:

       

      United Kingdom.

       

      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:

       

      See tender documents.

       

      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:

       

      September 2021.

       

      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
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 25.09.2017
Zuletzt aktualisiert 25.09.2017
Wettbewerbs-ID 2-278734 Status Kostenpflichtig
Seitenaufrufe 46