Tender

EPoS systems (2025 - 2029)

  • TUCO Ltd

F02: Contract notice

Notice identifier: 2025/S 000-000219

Procurement identifier (OCID): ocds-h6vhtk-0292cb

Published 6 January 2025, 3:33pm



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

Email

li.davies@tuco.ac.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.TUCO.ac.uk

Buyer's address

www.TUCO.ac.uk

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