Section one: Contracting authority
one.1) Name and addresses
Tuco Ltd
Mitchell Charlesworth, 3rd Floor, 44 Peter Street,
Manchester
M2 5GP
Contact
Natalie Phillips
Telephone
+44 7399487448
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/tuco/aspx/Home
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
Supply and Distribution of Catering Disposables, Kitchen Chemicals, Allergen Labelling and Associated Products (DIPCHEM) 2024
Reference number
CAT11070-TU
two.1.2) Main CPV code
- 39222100 - Disposable catering supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
The purpose of this framework contract is for the Supply and Distribution of Catering Disposable Products, Kitchen Chemicals, Allergen Labelling and Associated Products to members and clients of TUCO. This Agreement is open to current and future member Institutions an affiliated Public Sector bodies. The scope of products to be covered in the framework are as follows but not limited to Catering Disposable Products, Kitchen Chemicals, Light Cleaning Accessories, Allergen Labelling and Associated Products. This will be an open procedure and ALL questions and documents will need to be completed and uploaded within the timescale given. Please ensure all relevant documents are completed and uploaded to InTend by the deadline stated in the tender documents. The framework agreement will be for 2 years plus the option to extend by 2 x 12 months. The contract start date is anticipated to be 1st October 2024 though this may change depending on the time to complete evaluations of submissions
two.1.5) Estimated total value
Value excluding VAT: £48,000,000
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
Lot 1 Catering Disposable Products
Lot No
1
two.2.2) Additional CPV code(s)
- 39222100 - Disposable catering supplies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Disposable food packaging comprises of disposable items often found in fast food restaurants, takeout restaurants and kiosks, and catering establishments. Food serving items for picnics and parties are very similar. Typical disposable foodservice products are catering foil, cling film, catering gloves, takeaway food containers, plates, bowls, cups, utensils, doilies and tray papers.
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: £19,000,000
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
Anticipated contract start date is 1st October 2024 with option to extend by 2 x 1-year extensions up until 30.09.2028. This will be subject to performance.
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 TUCO Ltd Notes to Tenderers' and other tender documents for further information and guidance on completing all parts of the open tender. Evaluation is a combination of Pass/Fail questions and scored responses. The Framework Agreement is for use by TUCO Ltd clients see https://in-tendhost.co.uk/tuco/aspx/Home
two.2) Description
two.2.1) Title
Lot 2 Reusable Alternatives to Takeout Disposables (with branding options)
Lot No
2
two.2.2) Additional CPV code(s)
- 39222100 - Disposable catering supplies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot focuses on the supply and distribution of sustainable (reusable / To-Go) alternatives to disposables cups and food packaging, which will reduce the use of single use cups and boxes and promote Use & Return schemes. TUCO members continue to seek environmentally friendly alternatives such as a keep cup scheme whereby the cups and packaging are sold to and reused by students and staff attracting a discount off drinks, food purchases made on campus or at outlets.
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: £250,000
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
Anticipated contract start date is 1st October 2024 with option to extend by 2 x 1-year extensions up until 30.09.2028. This will be subject to performance.
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 TUCO Ltd Notes to Tenderers' and other tender documents for further information and guidance on completing all parts of the open tender. Evaluation is a combination of Pass/Fail questions and scored responses. The Framework Agreement is for use by TUCO Ltd clients see https://in-tendhost.co.uk/tuco/aspx/Home
two.2) Description
two.2.1) Title
Lot 3 Kitchen Chemicals and Light Cleaning Accessories
Lot No
3
two.2.2) Additional CPV code(s)
- 39800000 - Cleaning and polishing products
- 39525800 - Cleaning cloths
- 39830000 - Cleaning products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To supply kitchen catering cleaning products and light cleaning accessories used to disinfect, remove dirt, including dust, stains, bad smells, etc. within a catering environment. Cleaning agents used within catering outlets in the public sector.
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: £10,000,000
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
Anticipated contract start date is 1st October 2024 with option to extend by 2 x 1-year extensions up until 30.09.2028. This will be subject to performance.
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 TUCO Ltd Notes to Tenderers' and other tender documents for further information and guidance on completing all parts of the open tender. Evaluation is a combination of Pass/Fail questions and scored responses. The Framework Agreement is for use by TUCO Ltd clients see https://in-tendhost.co.uk/tuco/aspx/Home
two.2) Description
two.2.1) Title
Lot 4 Food Labels and Allergen Labelling Printer Systems
Lot No
4
two.2.2) Additional CPV code(s)
- 30192800 - Self-adhesive labels
- 30199760 - Labels
- 30179000 - Label dispensers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To supply food and allergen Labels, and labelling printing systems as per the Food and Allergen Labelling Legislation required when labelling food in a catering environment.
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: £300,000
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
Anticipated contract start date is 1st October 2024 with option to extend by 2 x 1-year extensions up until 30.09.2028. This will be subject to performance.
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 TUCO Ltd Notes to Tenderers' and other tender documents for further information and guidance on completing all parts of the open tender. Evaluation is a combination of Pass/Fail questions and scored responses. The Framework Agreement is for use by TUCO Ltd clients see https://in-tendhost.co.uk/tuco/aspx/Home
two.2) Description
two.2.1) Title
Lot 5 All Categories - One Stop Shop
Lot No
5
two.2.2) Additional CPV code(s)
- 98341130 - Janitorial services
- 39525800 - Cleaning cloths
- 39222100 - Disposable catering supplies
- 39800000 - Cleaning and polishing products
- 30199760 - Labels
- 30192800 - Self-adhesive labels
- 39830000 - Cleaning products
- 30179000 - Label dispensers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The one stop shop Lot has been added for providers that are able to offer the majority of products across all Lots. Successful suppliers across Lots 1, 2, 3 and 4 will be eligible for Lot 5.
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: £18,450,000
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
Anticipated contract start date is 1st October 2024 with option to extend by 2 x 1-year extensions up until 30.09.2028. This will be subject to performance.
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 TUCO Ltd Notes to Tenderers' and other tender documents for further information and guidance on completing all parts of the open tender. Evaluation is a combination of Pass/Fail questions and scored responses. The Framework Agreement is for use by TUCO Ltd clients see https://in-tendhost.co.uk/tuco/aspx/Home
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See Tender Documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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
Envisaged maximum number of participants to the framework agreement: 20
In the case of framework agreements, provide justification for any duration exceeding 4 years:
It will not exceed 4 years
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 August 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
19 August 2024
Local time
1:00pm
Place
Securely via Intend portal
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Estimated timing for further notices to be published: 40 to 48 months
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/HomeThe tender will follow the Open Procedure. 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 further details of which can be found via: (https://account.tuco.ac.uk/delrvdkzgqmjfhudksgs)TUCO permissible users are: 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 Authorities Educational 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 Trusts Police, 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 Agency NHS 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 (https://www.rcuk.ac.uk)NHS Trusts Central 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 Partnership; Registered 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. 700 plus current members of Procurement for Housing (PfH) and any future members, details of current membership for PfH can befound here;http://www.procurementforhousing.co.uk/membership/membership_list.Please (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/ (http://www.tenantservicesauthority.org/)http: NUSSLhttp://www.ukmsl.com/client/nusconnect/The member organisations above are located throughout the UK, including England, Scotland, Wales and Northern Ireland Public sector buying organisations:http://www.hefce.ac.uk/unicoll/http://www.tuco.org/buy/clientsSUPC members seehttp://supc.procureweb.ac.uk/aboutsupc-members; APUC members see http://www.apuc-scot.ac.uk/home.htm (http://www.apuc-scot.ac.uk/home.htm);NWUPC members see www.nwupc.ac.uk (https://www.nwupc.ac.uk); NEUPC members see http://neupg.procureweb.ac.uk/ (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 Regul
six.4) Procedures for review
six.4.1) Review body
TUCO Ltd
Mitchell Charlesworth, 3rd Floor, 44 St Peter Street Manchester M2 5GP
Manchester
M2 5GP
Telephone
+44 1617133420
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
TUCO Ltd
Mitchell Charlesworth, 3rd Floor, 44 St Peter Street Manchester M2 5GP
Manchester
M2 5GP
Telephone
+44 1617133420
Country
United Kingdom