Supply and Distribution of Spirits and Core Wines, Beer and Cider
The purpose of this contract is for the supply and distribution spirits and core wines, beer and cider to members and clients of The University Caterers Organisation Ltd.
United Kingdom-Manchester: Distilled alcoholic beverages
2019/S 132-323672
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
3rd Floor National House, 36 St Ann Street
Manchester
M2 7LE
United Kingdom
Contact person: Hannah Myton-Wright
Telephone: +44 1617133422
E-mail: hannah.myton@tuco.ac.uk
NUTS code: UK
Address of the buyer profile: www.tuco.ac.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Supply and Distribution of Spirits and Core Wines, Beer and Cider
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The purpose of this contract is for the supply and distribution spirits and core wines, beer and cider to members and clients of TUCO.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Draught Beers and Ciders
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot will focus on the supply and distribution of draught alcoholic drinks such as beer, cider, stout and ale.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend by 2, 1 year extensions up until 15.1.2024. This will be subject to performance.
II.2.9)Information about the limits on the number of candidates to be invited
These will be based on the evaluation of the SQ which is a combination of pass/fail questions and scored response.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Please refer to the documents ‘TUCO SQ Notes to Tenderers, TUCO Notes to Tenderers and Further Competition’ documents for further information and guidance on completing both the SQ and ITT.
II.2.1)Title:
Packaged Beers qnd Cider
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot will focus on the supply and distribution of packaged alcoholic drinks such as beer, cider and alcopops.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend by 2, 1 year extensions up until 15.1.2024. This will be subject to performance.
II.2.9)Information about the limits on the number of candidates to be invited
These will be based on the evaluation of the SQ which is a combination of pass/fail questions and scored response.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
Please refer to the documents ‘TUCO SQ Notes to Tenderers, TUCO Notes to Tenderers and Further Competition’ documents for further information and guidance on completing both the SQ and ITT.
II.2.1)Title:
Spirits and Fortified Wine
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot will focus on the supply and distribution of spirits and fortified wines.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend by 2, 1 year extensions up until 15.1.2024. This will be subject to performance.
II.2.9)Information about the limits on the number of candidates to be invited
These will be based on the evaluation of the SQ which is a combination of pass/fail questions and scored response.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
Please refer to the documents ‘TUCO SQ Notes to Tenderers, TUCO Notes to Tenderers and Further Competition’ documents for further information and guidance on completing both the SQ and ITT.
II.2.1)Title:
Core Wines and all Zines
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot will focus on the supply and distribution of core wines and other wines required by our members.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend by 2, 1 year extensions up until 15.1.2024. This will be subject to performance.
II.2.9)Information about the limits on the number of candidates to be invited
These will be based on the evaluation of the SQ which is a combination of pass/fail questions and scored response.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
Please refer to the documents ‘TUCO SQ Notes to Tenderers, TUCO Notes to Tenderers and Further Competition’ documents for further information and guidance on completing both the SQ and ITT.
II.2.1)Title:
One Stop Shop (Lots 1-4)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot will focus on the supply and distribution of all products covered in Lots 1, 2, 3 and 4 enabling our members to call off from this agreement if they are looking to use a one stop shop approach. Requires the supply of beers, ciders, spirits, fortified wines and core and all wines
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend by 2, 1 year extensions up until 15.1.2024. This will be subject to performance.
II.2.9)Information about the limits on the number of candidates to be invited
These will be based on the evaluation of the SQ which is a combination of pass/fail questions and scored response.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
Please refer to the documents ‘TUCO SQ Notes to Tenderers, TUCO Notes to Tenderers and Further Competition’ documents for further information and guidance on completing both the SQ and ITT.
II.2.1)Title:
Independent Brewers
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot will focus on the supply and distribution of beer, cider, stout, ale from smaller scale independent brewers.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend by 2, 1 year extensions up until 15.1.2024. This will be subject to performance.
II.2.9)Information about the limits on the number of candidates to be invited
These will be based on the evaluation of the SQ which is a combination of pass/fail questions and scored response.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
Please refer to the documents ‘TUCO SQ Notes to Tenderers, TUCO Notes to Tenderers and Further Competition’ documents for further information and guidance on completing both the SQ and ITT.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
See tender documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
4 years.
VI.2)Information about electronic workflows
VI.3)Additional information:
The Contracting Quthority 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. Interested suppliers should register their interest in the first instance at https://in-tendhost.co.uk/tuco/aspx/Home suppliers will then be able to access the Pre-Qualification documents. All tendering and communication will be done electronically via the In-Tend Host website. 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, and the contract will be awarded on the basis of the most economically advantageous tender. The Framework Agreement is for use by but not limited to various institutions of Higher Educationhttp://www.hefce.ac.uk/unicoll/ (TUCO Ltd clients see 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.ukNEUPC 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) and any other member of CPC; 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 and any other Local Authorities http://www.direct.gov.uk/en/D11/ Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG Education Establishments in England and Wales, maintained by the Department for Children, Schools and Families including
Schools, Universities and Colleges http://www.edubase.gov.uksearchxhtml;4767F89630A039E98FE593093D577013?page=members http://www.assemblywales.org http://new.wales.gov.uk/?lang=en https://www.sell2wales.co.uk and NHS Trusts http://www.nhs.uk/servicedirectories/Pages/AcuteTrustListing.aspx and this may include additional local authorities, research Councils www.rcuk.ac.uk NHS Trusts and Police Authorities www.apa.police.uk Housing associations, registered social landlords(RSL’s), arm’s length management organisations. 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/ or http: NUSSL http://www.ukmsl.com/client/nusconnect/ The member organisations above are located throughout the UK, including England, Scotland, Wales and Northern Ireland. The Framework Agreement is also for use by but not limited to Crown Commercial Services. This framework may also be used by other public bodies as defined by the European Union for more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Distilled-alcoholic-beverages./V67U2M454X
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V67U2M454X
Go Reference: GO-201978-PRO-15069134
VI.4.1)Review body
3rd Floor National House, 36 St Ann Street
Manchester
M2 7LE
United Kingdom
Telephone: +44 1617133420
E-mail: info@tuco.ac.ukInternet address: http://www.tuco.ac.uk
VI.4.2)Body responsible for mediation procedures
3rd Floor National House, 36 St Ann Street
Manchester
M2 7LE
United Kingdom
Telephone: +44 1617133420
E-mail: info@tuco.ac.ukInternet address: http://www.tuco.ac.uk
VI.4.3)Review procedure
The Authority will incorporate a minimum 10 calendar days 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 atwoction 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.
VI.4.4)Service from which information about the review procedure may be obtained
3rd Floor National House, 36 St Ann Street
Manchester
M2 7LE
United Kingdom
Telephone: +44 1617133420
E-mail: info@tuco.ac.ukInternet address: http://www.tuco.ac.uk
VI.5)Date of dispatch of this notice: