Section one: Contracting authority
one.1) Name and addresses
TUCO Ltd
The University Caterers Organisation Limited c/o Mitchell Charlesworth, 3rd Floor, 44 Peter Street
Manchester
M2 5GP
Contact
Li Davies
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.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 above-mentioned 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 above-mentioned 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
https://in-tendhost.co.uk/tuco/aspx/Home
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
EPoS systems (2025 - 2029)
Reference number
CAT11072-TU
two.1.2) Main CPV code
- 72212110 - Point of sale (POS) software development services
two.1.3) Type of contract
Services
two.1.4) Short description
This DPS establishment is to select qualified suppliers to provide EPoS systems which include Software, Hardware, Applications and associated services. The DPS has 4 lotsLot 1 Retail EPoS systemLot 2 Restaurant EPoS systemLot 3 Self-Serve EPoS system which covers Self-serve – Retail, Self-serve - Catering and Self-serve - KioskLot 4 One Stop Shop system which covers all the above.The timetable set out in the tender document is indicative only and is subject to amendment at any time. The Authority will notify all Bidders of any changes via the In-Tend system. As the retender for this Agreement is expected to go live at the beginning of 2029 and to ensure a smooth transition from the current agreement to the new one, this DPS will not accept new submissions after the final round is closed
two.1.5) Estimated total value
Value excluding VAT: £1,800,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Retail EPoS system
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 72212110 - Point of sale (POS) software development services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Retail EPoS system
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £450,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2029
This contract is subject to renewal
Yes
Description of renewals
The contract duration is from 01/04/2025 till31/03/2027, with 2 x 12 months possible extension till 31/03/2029
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please refer to the documents 'SQ Note to Tenders' to aid in completion of the SQ.
two.2) Description
two.2.1) Title
Restaurant EPoS system
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 72212110 - Point of sale (POS) software development services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Restaurant EPoS system
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £450,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2029
This contract is subject to renewal
Yes
Description of renewals
The contract duration is from 01/04/2025 till 31/03/2027, with 2 x 12 months possible extension till 31/03/2029
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please refer to the documents 'SQ Note to Tenders' to aid in completion of the SQ.
two.2) Description
two.2.1) Title
Self-serve – Retail
Lot No
Lot 3-a
two.2.2) Additional CPV code(s)
- 72212110 - Point of sale (POS) software development services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Self-serve – Retail
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2029
This contract is subject to renewal
Yes
Description of renewals
The contract duration is from 01/04/2025 till31/03/2027, with 2 x 12 months possible extension till 31/03/2029
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please refer to the documents 'SQ Note to Tenders' to aid in completion of the SQ.
two.2) Description
two.2.1) Title
Self-serve - Restaurant
Lot No
Lot 3-b
two.2.2) Additional CPV code(s)
- 72212110 - Point of sale (POS) software development services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Self-serve - Restaurant
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2029
This contract is subject to renewal
Yes
Description of renewals
The contract duration is from 01/04/2025 till31/03/2027, with 2 x 12 months possible extension till 31/03/2029
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please refer to the documents 'SQ Note to Tenders' to aid in completion of the SQ.
two.2) Description
two.2.1) Title
Self-serve - Kiosk
Lot No
Lot 3-c
two.2.2) Additional CPV code(s)
- 72212110 - Point of sale (POS) software development services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Self-serve - Kiosk
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2029
This contract is subject to renewal
Yes
Description of renewals
The contract duration is from 01/04/2025 till31/03/2027, with 2 x 12 months possible extension till 31/03/2029
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please refer to the documents 'SQ Note to Tenders' to aid in completion of the SQ.
two.2) Description
two.2.1) Title
One Stop Shop which covers all Lot 1, Lot 2, Lot 3-a, Lot 3-b and Lot 3-c
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 72212110 - Point of sale (POS) software development services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
One Stop Shop which covers all Lot 1, Lot 2, Lot 3-a, Lot 3-b and Lot 3-c
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £450,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2029
This contract is subject to renewal
Yes
Description of renewals
The contract duration is from 01/04/2025 till31/03/2027, with 2 x 12 months possible extension till 31/03/2029
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please refer to the documents 'SQ Note to Tenders' to aid in completion of the SQ.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-002916
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 December 2028
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
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 InTend. If you wish to register your interest in this procurement, please register on the following web site (https://intendhost.co.uk/tuco/aspx/Home). The tender will follow the DPS process. Details on this process can be viewed within the tender documents. The Agreement will be awarded based on MEAT (Most Economically Advantageous Tender). Permissible users of this Agreement include:TUCO Member and Associate Member Authorities •TUCO Members (https://account.tuco.ac.uk/delrvdkzgqmjfhudksgs )Local authority councils: •England Scotland and Wales Local Councils•Northern Ireland Local Councils•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•any other Local AuthoritiesEducational establishments: •Schools in England•Schools in Wales•Educational Establishments in England and Wales•Schools in Scotland•Educational Establishments in Scotland•Schools and Educational Establishments in Northern Ireland•England Scotland and Wales Higher Education•Northern Ireland Higher Education•Education TrustsPolice, fire and rescue, maritime and coastguard agency emergency services:•UK Police Forces•England Fire and Rescue Services•Scotland Fire and Rescue Services•Wales Fire and Rescue Services•Northern Ireland Fire and Rescue Services•UK Maritime & Coastguard AgencyNHS bodies, the HSC (Northern Ireland) and ambulance services: •England NHS •Scotland NHS•Wales NHS •Northern Ireland HSC•England Ambulance Service•Scotland Ambulance Service•Wales Ambulance Service•Northern Ireland Ambulance Service•Local Authorities, Research Councils www.rcuk.ac.uk, NHS TrustsCentral government departments and their agencies: •England / UK Central Government•Scotland Government•Wales Government•Northern Ireland Government•Registered charities: •England and Wales Registered Charities•Scotland Registered Charities•Northern Ireland Registered Charities•Hospice Quality PartnershipRegistered social landlords: government funded, not-for-profit organisations that provide affordable housing. They include housing associations, trusts and cooperatives. •England Social Landlords•Scotland Social Landlords•Wales Social Landlords•Northern Ireland Social Landlords•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/ orhttp: NUSSL•http://www.ukmsl.com/client/nusconnect/ Public sector buying organisations: •http://www.hefce.ac.uk/unicoll/ •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) any other member of CPC•Other organisations: •All Contracting Authorities as defined in Regulation 2 of the Public Contracts Regulations 2015;•The Agreement is also for use by but not limited to Crown Commercial Services;•This Agreement may also be used by other public bodies as defined by the European Union
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
Strand, London
WC2A 2L
Telephone
+44 2039368957
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
six.4.2) Body responsible for mediation procedures
The High Court of Justice
Strand, London
London
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
six.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 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 only award damages.
six.4.4) Service from which information about the review procedure may be obtained
The High Court of Justice
Strand, London
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice