London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Cash-Collection and Cash-in-Transit Services |
Notice type: | Contract Notice |
Authority: | London Boroughs of Richmond and Wandsworth |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Cash Collection services involve emptying cash from parking meters, collecting cash from Council facilities such as leisure centres, libraries etc. Cash-in-transit services involve taking or transferring cash collected to the Councils’ banks. Detailed description of the services are as set out in Volume 2 of the Invitation to Tender (ITT) documentation. |
Published: | 18/09/2018 19:49 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London Borough of Wandsworth
Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 2088716000, Email: Adi-Naitey.Puplampu@richmondandwandworth.gov.uk
Main Address: www.wandsworth.gov.uk, Address of the buyer profile: www.delta-esourcing.com
NUTS Code: UKI34
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not Applicable
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Business-services:-law%2C-marketing%2C-consulting%2C-recruitment%2C-printing-and-security./87KDMZX84D
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned 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: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Cash-Collection and Cash-in-Transit Services
Reference Number: CPT2068
II.1.2) Main CPV Code:
79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Cash Collection services involve emptying cash from parking meters, collecting cash from Council facilities such as leisure centres, libraries etc. Cash-in-transit services involve taking or transferring cash collected to the Councils’ banks. Detailed description of the services are as set out in Volume 2 of the Invitation to Tender (ITT) documentation.
II.1.5) Estimated total value:
Value excluding VAT: 2,680,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI34 Wandsworth
II.2.4) Description of procurement: The London Borough of Richmond upon Thames and Wandsworth Borough Council are inviting tenders from suitably experienced and qualified contractors for the provision of Cash-Collection and Cash-in-Transit services in accordance with the Specification at Volume Two (the “Services”).
The Contract will be for a period of 3 years commencing on1/02/2019 but subject to an extension or extensions of up to an aggregate of [2] further years at the absolute discretion of the Councils.
The Contract may be varied at any time to allow London Borough of Merton to receive the Services under this contract. The total value of the procurement includes the estimated value of the Merton component.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2,680,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Councils shall award a 3 year contract with an option to extend the contract for 2 further 1-year periods, as set out in the ITT documentation. The Councils reserve the right, at any time within the period of validity of the contract to vary the contract to provide the Services to the London Borough of Merton.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: As set out in the tender documentation
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As set out in tender documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
As set out in the tender documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/10/2018 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 24/10/2018
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Business-services:-law%2C-marketing%2C-consulting%2C-recruitment%2C-printing-and-security./87KDMZX84D
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/87KDMZX84D
VI.4) Procedures for review
VI.4.1) Review body:
High Court
Royal Courts of Justice, The Strand, London, WC1A 2LL, United Kingdom
Tel. +44 20794760000
VI.4.2) Body responsible for mediation procedures:
Wandsworth Borough Council
London, SW18 2PU, United Kingdom
Tel. +44 2088716747
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Applicants who are unsuccessful shall be informed by the relevant Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or ate at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Authorities to amend any document and may award damages.
If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
The Cabinet Office
London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
VI.5) Date Of Dispatch Of This Notice: 18/09/2018
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
The London Borough of Richmond upon Thames
Civic Center, 44 York Road, Twickenham, TW1 3BZ, United Kingdom
Email: Adi-Naitey.Puplampu@richmondandwandsworth.gov.uk
Main Address: www.richmond.gov.uk, Address of the buyer profile: www.delta-esourcing.com
NUTS Code: UKI75
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
London Borough of Wandsworth
Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 2088716000, Email: Adi-Naitey.Puplampu@richmondandwandworth.gov.uk
Main Address: www.wandsworth.gov.uk, Address of the buyer profile: www.delta-esourcing.com
NUTS Code: UKI34
I.2) Joint procurement:
The contract involves joint procurement: Yes
In the case of joint procurement involving different countries, state applicable national procurement law: Not Applicable
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Cash-Collection and Cash-in-Transit Services
Reference number: CPT2068
II.1.2) Main CPV code:
79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Cash Collection services involve emptying cash from parking meters, collecting cash from Council facilities such as leisure centres, libraries etc. Cash-in-transit services involve taking or transferring cash collected to the Councils’ banks. Detailed description of the services are as set out in Volume 2 of the Invitation to Tender (ITT) documentation.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,898,140
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKI34 - Wandsworth
Main site or place of performance:
Wandsworth
II.2.4) Description of the procurement: The London Borough of Richmond upon Thames and Wandsworth Borough Council are inviting tenders from suitably experienced and qualified contractors for the provision of Cash-Collection and Cash-in-Transit services in accordance with the Specification at Volume Two (the “Services”).
The Contract will be for a period of 3 years commencing on1/02/2019 but subject to an extension or extensions of up to an aggregate of [2] further years at the absolute discretion of the Councils.
The Contract may be varied at any time to allow London Borough of Merton to receive the Services under this contract. The total value of the procurement includes the estimated value of the Merton component.
II.2.5) Award criteria:
Quality criterion - Name: Method Statement / Weighting: 20
Cost criterion - Name: Price / Weighting: 80
II.2.11) Information about options
Options: Yes
Description of these options:The Councils shall award a 3 year contract with an option to extend the contract for 2 further 1-year periods, as set out in the ITT documentation. The Councils reserve the right, at any time within the period of validity of the contract to vary the contract to provide the Services to the London Borough of Merton.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: As set out in the tender documentation
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Ref. CPT/2068
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/01/2019
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Jade Security Services Ltd
26 Queen Victoria Street, Reading, Reading, RG1 1TG, United Kingdom
Tel. +44 1189797726
NUTS Code: UKI34
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2,680,000
Total value of the contract/lot: 2,898,140
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considered that this contract was suitable for economic operators that are small or medium enterprises (SMEs). However, the selection of tenderers was based solely on the criteria set out for the procurement.
As set out in the original contract notice, the contract may be varied at any time to allow London Borough of Merton to receive the Services under this contract. The total value of the procurement includes the estimated value of the Merton component.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=372764414
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand, London, WC1A 2LL, United Kingdom
Tel. +44 20794760000
VI.4.2) Body responsible for mediation procedures
Wandsworth Borough Council
London, SW18 2PU, United Kingdom
Tel. +44 2088716747
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Applicants who were unsuccessful were informed by the relevant Authority as soon as possible after the decision was made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Authorities to amend any document and may award damages.
If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
VI.5) Date of dispatch of this notice: 08/02/2019
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
The London Borough of Richmond upon Thames
Civic Center, 44 York Road, Twickenham, TW1 3BZ, United Kingdom
Email: Adi-Naitey.Puplampu@richmondandwandsworth.gov.uk
Main Address: www.richmond.gov.uk, Address of the buyer profile: www.delta-esourcing.com
NUTS Code: UKI75