Opportunity

Design & Installation for the Customer experience (Catering and Social Spaces)

  • The University Caterers Organisation Ltd (TUCO Ltd)

F02: Contract notice

Notice reference: 2022/S 000-007191

Published 16 March 2022, 2:15pm



Section one: Contracting authority

one.1) Name and addresses

The University Caterers Organisation Ltd (TUCO Ltd)

3rd Floor National House, 36 St Ann Street

Manchester

M2 7LE

Email

info@tuco.ac.uk

Telephone

+44 1617133420

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.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

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

Design & Installation for the Customer experience (Catering and Social Spaces)

Reference number

CAT11062-TU

two.1.2) Main CPV code

  • 45212500 - Kitchen or restaurant conversion

two.1.3) Type of contract

Works

two.1.4) Short description

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. seeking innovative design solutions 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 – 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, in-house or sub-contracted fabrication and the ability to supply and install specified equipment or install client supplied equipment

two.1.5) Estimated total value

Value excluding VAT: £15,000,000

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

Customer experience design

Lot No

1

two.2.2) Additional CPV code(s)

  • 71242000 - Project and design preparation, estimation of costs

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

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.

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: £7,500,000

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 framework is for 2 years with a possible extension of 2 x 12 month periods, dependent upon supplier performance and market developments

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 10

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

two.2.10) Information about variants

Variants will be accepted: No

two.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

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) Description

two.2.1) Title

Kitchen and Counter Design, Manufacture and Installation

Lot No

2

two.2.2) Additional CPV code(s)

  • 45212500 - Kitchen or restaurant conversion

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

TUCO envisage suitable suppliers will be able to provide their own in-house specialist design layout for these areas, in-house or sub-contracted fabrication and the ability to supply and install specified equipment or install client supplied equipment.

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: £7,500,000

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

2 years with a possible extension of 2 x 12 month periods, dependent upon supplier performance and market developments

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 10

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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

2 years with a possible extension of 2 x 12 month periods, dependent upon supplier performance and market developments

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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 establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

11 April 2022

Local time

10:00am

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: 9 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 years

six.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.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=676165705

GO Reference: GO-2022316-PRO-19806388

six.4) Procedures for review

six.4.1) Review body

TUCO Ltd

3rd Floor National House, 36 St Ann Street

Manchester

M2 7LE

Email

info@tuco.ac.uk

Telephone

+44 1617133420

Country

United Kingdom

Internet address

http://www.tuco.ac.uk

six.4.2) Body responsible for mediation procedures

TUCO Ltd

3rd Floor National House, 36 St Ann Street

Manchester

M2 7LE

Email

info@tuco.ac.uk

Telephone

+44 16107133420

Country

United Kingdom

Internet address

http://www.tuco.ac.uk

six.4.4) Service from which information about the review procedure may be obtained

TUCO Ltd

3rd Floor National House, 36 St Ann Street

Manchester

M2 7LE

Email

info@tuco.ac.uk

Telephone

+44 1617133420

Country

United Kingdom

Internet address

http://www.tuco.ac.uk