Braintree District Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Cash Collection Services |
Notice type: | Contract Notice |
Authority: | Braintree District Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Cash Collection Services for Colchester Borough Council and North Essex Parking Partnership and will require the collection and counting of cash from Pay & Display parking ticket machines, Pay on Foot machines, parking meters, car park safes including associated documents and cash/ cheques from council office buildings through out the Borough of Colchester. |
Published: | 16/05/2013 11:32 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Colchester Borough Council
Rowan House, Sheepen Road, Colchester, CO3 3WG, United Kingdom
URL: www.colchester.gov.uk
Further information can be obtained at: ANNEX A.I
Specifications and additional documents: ANNEX A.II
Tenders or requests to participate must be sent to: ANNEX A.III
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Cash Collection Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UKH3 - Essex
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Security services. Cash Collection Services for Colchester Borough Council and North Essex Parking Partnership and will require the collection and counting of cash from Pay & Display parking ticket machines, Pay on Foot machines, parking meters, car park safes including associated documents and cash/ cheques from council office buildings through out the Borough of Colchester.
II.1.6)Common Procurement Vocabulary:
79710000 - Security services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Not Provided
Estimated value excluding VAT:
Range between: 150,000 and 1,150,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)
Information About Lots
Lot No: 1
Title: Cash Collection from Car Park Machines
1)Short Description:
Involves the collection and counting of cash from Pay and Display parking ticket machines Pay on Foot machines, parking meters, car park safes and the collection of associated documents relating to these machines.
2)Common Procurement Vocabulary:
79710000 - Security services.
3)Quantity Or Scope:
Involves the collection and counting of cash from Pay and Display parking ticket machines Pay on Foot machines, parking meters, car park safes and the collection of associated documents relating to these machines from the various locations listed within the tender from the North Essex Parking Partnership (NEPP), which currently comprises the following local Authorities; Braintree District Council, Colchester Borough Council, Epping Forest District Council, Harlow District Council, Tendering District Council and Uttlesford District Council, however Harlow and Tendering will not be within the scope of this tender at this time. It is also understood that TUPE may apply to this Lot and further details will provided within the PQQ and the Invitation to Tender.
If known, estimated cost of works excluding VAT: 1,000,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 60
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Cash Collection Services from Council Office Buildings
1)Short Description:
Involves the collection of cash, cheques and associated documents from a wide range of Council facilities throughout the Borough of Colchester.
2)Common Procurement Vocabulary:
79710000 - Security services.
3)Quantity Or Scope: Not Provided
If known, estimated cost of works excluding VAT: 150,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 60
5)Additional Information About Lots: Not Provided
Lot No: 3
Title: Cash Collection Services from both Car Park Machines and Council Buildings
1)Short Description:
Involves the collection and counting of cash as described in Lots 1 & 2.
2)Common Procurement Vocabulary:
79710000 - Security services.
3)Quantity Or Scope:
The collection of cash, cheques and associated documents will be required from any Colchester Borough Council office and from any location as required by the North Essex Parking Partnership as described within Lots 1 and 2. It is also understood that TUPE may apply to this Lot and further details will provided within the PQQ and the Invitation to Tender.
If known, estimated cost of works excluding VAT: 1,150,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 60
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent company guarantees, bonds and/ or collateral warranties from the principal as well as sub-contractors may be required. The Council's requirements will be identified in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment by the contracting entity will be pounds sterling and will normally be required to be made by means of electronic funds transfer. Full details will be contained in the tender documents. Payment will be made on delivery of the service(s) and at the end of each contract month in arrears.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The contracting entity's specific requirements are to be determined but it does require that any contract(s) awarded be entered into by a single legal entity on the part of the successful candidate(s). Any legal entity which has a group of entities will be required to provide an undertaking to be jointly and severally responsible for the due performance of the concession agreement.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
These requirements are fully detailed in the Pre Qualification Questionnaire
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
These requirements are fully detailed in the Pre Qualification Questionnaire
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
These requirements are fully detailed in the Pre Qualification Questionnaire
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Not Provided
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: CUS-DG-0002
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 17/06/2013
Time-limit for receipt of requests for documents or for accessing documents: 17:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 24/06/2013
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 01/07/2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.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, and the contract will be awarded on the basis of the most economically advantageous tender.
The Contracting entity reserves the right to disqualify any candidate which: Provides information or confirmations which later proves to be untrue or incorrect, or does not supply information required by this notice.
To obtain the Pre Qualificaiton Questionnaire, suppliers must email matthew.howe@braintree.gov.uk and the deadline for requesting the PQQ is 17.06.2013 at 17:00hrs and the deadline for submitting your response(s) is 24.06.2013 at 12:00 hrs.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=59927136
GO-2013516-PRO-4809613 TKR-2013516-PRO-4809612
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
The Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 02079476000
VI.4.2)Lodging of appeals: This Authority will incorporate a minimum 10 Calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI2006 No 5) (As amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales & Northern Ireland). Any such action must be brought promptly (generally within 3 months)
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 16/05/2013
ANNEX A
I) Addresses and contact points from which further information can be obtained:
The Essex Procurement Hub
Braintree District Council, Causeway House, Braintree, CM7 9HB, United Kingdom
Email: matthew.howe@braintree.gov.uk, URL: www.braintree.gov.uk
Attn: Matt Howe
II) Addresses and contact points from which specifications and additional documents can be obtained:
The Essex Procurement Hub
Braintree District Council, Causeway House, Braintree, CM7 9HB, United Kingdom
Email: matthew.howe@braintree.gov.uk, URL: www.braintree.gov.uk
Attn: Matt Howe
III) Addresses and contact points to which tenders/requests to participate must be sent:
The Essex Procurement Hub
Braintree District Council, Causeway House, Braintree, CM7 9HB, United Kingdom
Email: matthew.howe@braintree.gov.uk, URL: www.braitree.gov.uk
Attn: Matt Howe
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Colchester: Security services.
I.1)Name, Addresses and Contact Point(s):
Colchester Borough Council
Rowan House, Sheepen Road, Colchester, CO3 3WG, United Kingdom
URL: www.colchester.gov.uk
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Cash Collection Services
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 27
Do you agree to the publication of this notice?: Yes
Region Codes: UKH3 - Essex
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Security services. Cash Collection Services for Colchester Borough Council and North Essex Parking Partnership and will require the collection and counting of cash from Pay & Display parking ticket machines, Pay on Foot machines, parking meters, car park safes including associated documents and cash/ cheques from council office buildings through out the Borough of Colchester.
II.1.5)Common procurement vocabulary:
79710000 - Security services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 60
Compliance with Specific Requirements - 20
Organisational & Technical Capabilities - 10
References - 10
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: CUS-DG-0002
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: CUS-DG-0002
V.1)Date Of Contract Award: 07/11/2012
V.2) Information About Offers
Number Of Offers Received: 1
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: G4S Cash Solutions (UK) Ltd
Postal address: Sutton Park House, 15 Carshalton
Town: Sutton
Postal code: SM1 4LD
Country: United Kingdom
Internet address: www.g4s.uk.com
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 45,357
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)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, and the contract will be awarded on the basis of the most economically advantageous tender.
The Contracting entity reserves the right to disqualify any candidate which: Provides information or confirmations which later proves to be untrue or incorrect, or does not supply information required by this notice.
To obtain the Pre Qualificaiton Questionnaire, suppliers must email matthew.howe@braintree.gov.uk and the deadline for requesting the PQQ is 17.06.2013 at 17:00hrs and the deadline for submitting your response(s) is 24.06.2013 at 12:00 hrs.
This notice is only for the award of Lot 2 - Cash Collection from Corporate Buildings.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=82838350
GO-20131211-PRO-5326100 TKR-20131211-PRO-5326099
VI.3.1)Body responsible for appeal procedures:
The Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 02079476000
VI.3.2)Lodging of appeals: This Authority will incorporate a minimum 10 Calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI2006 No 5) (As amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales & Northern Ireland). Any such action must be brought promptly (generally within 3 months)
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 11/12/2013