Tender

Vending Machine Services, and Vending Machine Concepts and Innovation DPS (2025 - 2029)

  • Tuco Ltd

F02: Contract notice

Notice identifier: 2025/S 000-006669

Procurement identifier (OCID): ocds-h6vhtk-04e64e

Published 21 February 2025, 12:07pm



Section one: Contracting authority

one.1) Name and addresses

Tuco Ltd

Mitchell Charlesworth, 3rd Floor, 44 Peter Street,

Manchester

M2 5GP

Contact

Natalie Phillips

Email

natalie.phillips@tuco.ac.uk

Country

United Kingdom

NUTS code

UKD33 - Manchester

Internet address(es)

Main address

https://www.tuco.ac.uk/

Buyer's address

https://www.tuco.ac.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Vending Machine Services, and Vending Machine Concepts and Innovation DPS (2025 - 2029)

Reference number

CAT11076-TU

two.1.2) Main CPV code

  • 42933000 - Vending machines

two.1.3) Type of contract

Supplies

two.1.4) Short description

Suppliers are invited to submit a tender for the supply, delivery, installation, service and maintenance of vending machines, vending products, consumables and associated products including a fully managed vending service and self-fill machine options. Although this is a National agreement for Vending Services, Regional suppliers are welcome to bid for each Lot. The agreement is a dynamic purchasing agreement (DPS) which means new suppliers can be added to the agreement throughout the life of the system (at intervals stated in procurement documents) as long as they pass the first stage tender process. Once successfully on the DPS, over the life time of the system you may be invited to complete a second stage tender in order to bid for individual contracts. The DPS consists of 7 Lots, details of lot structure is available in the procurement documents. The timetable set out in the tender document is indicative only and issubject to amendment at any time.

two.1.5) Estimated total value

Value excluding VAT: £24,000,000

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

Fully Managed Service

Lot No

1

two.2.2) Additional CPV code(s)

  • 42933000 - Vending machines
  • 42933300 - Automatic goods-vending machines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot is for a fully managed, turnkey vending machine service. Vending machines will be filled, cleaned, serviced and maintained. The contract will also consist of electronic payment methods and / or cash collections and management information provided to the member. Machines can be charged for on a rental basis or provided free of charge depending on scope of requirements.

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: £8,500,000

two.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 DPS contract duration is from 20/04/2025 to 19/04/2027, with 2 x 12 months possible extension till 19/04/2029.

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 Guidance Notes to Tenders' to aid in completion of the SQ.

two.2) Description

two.2.1) Title

Ambient Confectionery Snacks and Cold Beverages

Lot No

2

two.2.2) Additional CPV code(s)

  • 42933000 - Vending machines
  • 42933300 - Automatic goods-vending machines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot is for the supply and service of vending machines filled with ambient Confectionery snacks; cold beverage bottles and cans. Machines can be rented, leased or purchased outright.

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: £6,000,000

two.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 DPS contract duration is from 20/04/2025 to 19/04/2027, with 2 x 12 months possible extension till 19/04/2029.

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 Guidance Notes to Tenders' to aid in completion of the SQ.

two.2) Description

two.2.1) Title

Food including Sandwiches chilled

Lot No

3

two.2.2) Additional CPV code(s)

  • 42933000 - Vending machines
  • 42933300 - Automatic goods-vending machines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot is for the supply and service of various foods such as sandwiches, pastries etc in vending machines. It can also include hot and cold food innovative concepts. Machines can be rented, leased or purchased outright.

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: £3,000,000

two.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 DPS contract duration is from 20/04/2025 to 19/04/2027, with 2 x 12 months possible extension till 19/04/2029.

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 Guidance Notes to Tenders' to aid in completion of the SQ.

two.2) Description

two.2.1) Title

Beverages, hot drinks

Lot No

4

two.2.2) Additional CPV code(s)

  • 42933000 - Vending machines
  • 42933300 - Automatic goods-vending machines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot is for the supply and service of hot beverages in vending machines. Machines can be rented, leased or purchased outright.

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: £2,000,000

two.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 DPS contract duration is from 20/04/2025 to 19/04/2027, with 2 x 12 months possible extension till 19/04/2029.

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

This Lot is for the supply and service of hot beverages in vending machines. Machines can be rented, leased or purchased outright.

two.2) Description

two.2.1) Title

Self-Fill Machines

Lot No

5

two.2.2) Additional CPV code(s)

  • 42933000 - Vending machines
  • 42933300 - Automatic goods-vending machines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This service is for provision of self-fill vending machines only. Vending machines under this Lot can be bought, leased or rented. Members will fill these machines according to their own requirements when stocks are depleted.

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: £2,000,000

two.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 DPS contract duration is from 20/04/2025 to 19/04/2027, with 2 x 12 months possible extension till 19/04/2029.

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 Guidance Notes to Tenders' to aid in completion of the SQ.

two.2) Description

two.2.1) Title

Reverse Vending Machines

Lot No

6

two.2.2) Additional CPV code(s)

  • 42933000 - Vending machines
  • 42933300 - Automatic goods-vending machines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Reverse Vending Machines, (RVM's) are automated machines that utilise advanced technology to identify, sort, collect and process used beverage containers, and have the ability to provide rewards in return where required.

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: £1,000,000

two.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 DPS contract duration is from 20/04/2025 to 19/04/2027, with 2 x 12 months possible extension till 19/04/2029.

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 Guidance Notes to Tenders' to aid in completion of the SQ.

two.2) Description

two.2.1) Title

Vending Machine Concepts and Innovation

Lot No

7

two.2.2) Additional CPV code(s)

  • 42933000 - Vending machines
  • 42933300 - Automatic goods-vending machines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot is for the provision of innovative vending machine concepts and services which do not typically fit Lots 1 to 5. This can include as a guide:Pizza vending machines which bake at point of purchaseMobile vending vans / concepts - On-site vending machines purpose-sited vending machines for events, festival and functions.Express Vending Machines - Self-service coffee machines which are ideally placed where there is a till point such as in retail premises or forecourts.Vending Retail Convenience Store – A vending concept which allows a wide range of goods to be sold in a huge variety of locations, 24 hours a day, every single day, through a hybrid typically (unmanned) vending machine/convenience shop.

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: £1,500,000

two.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 DPS contract duration is from 20/04/2025 to 19/04/2027, with 2 x 12 months possible extension till 19/04/2029.

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 Guidance Notes 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 for details.

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.2.2) Time limit for receipt of tenders or requests to participate

Date

19 December 2028

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


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

WC2A 2LL

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

WC2A 2LL

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice