Transport services (excl. Waste transport) (№12224215)

08 jan

Number: 12224215

Country: United Kingdom

Source: TED


Link to original

To view links to the source need to register

Publication date


08-01-2019

Description


  1. Section I
    1. Name and addresses
      Stirling Council
      Strategic Procurement, Old Viewforth
      Stirling
      FK8 2ET
      United Kingdom
      Telephone: +44 1786233384
      E-mail: [email protected]
    2. Type of the contracting authority:
      Regional or local authority
    3. Main activity:
      General public services
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Cash Collection Service

        Reference number: SC1718-0089
      2. Main CPV code:
        60000000, 66112000, 60000000, 79710000, 66110000
      3. Type of contract:
        Services
      4. Short description:

        Stirling Council is looking for suitably qualified contractor to provide the provision of safe, secure cash collection service including car parking coinage, schools cash and cheque collection and collection of cash and cheques from other various council buildings depositing cash with Council"s bank.

      5. Information about lots:
        This contract is divided into lots: no
      6. Total value of the procurement:
        Value excluding VAT: 130 082.50 GBP
    2. Description
      1. Title:
      2. Additional CPV code(s):
        66112000, 60000000, 79710000, 66110000
      3. Place of performance:
        Main site or place of performance:

        Stirling Council Area and it"s boundaries

      4. Description of the procurement:

        Safe, secure cash collection Cash Collection Service including car parking coinage, schools cash and cheque collection and collection of cash and cheques from other various council buildings.

        Contract aims and objectives include the following:

        Requirements 1: Stirling Council Offices and Schools – Cash Collection;

        Requirements 2: Stirling Council Pay and Display Parking Machines.

        The “Cash Collection Schedule” within the ITT contains the establishment’s information and pick up frequency. The requirements have been structured to reflect the organisations main cash collection/delivery activities.

        This is for information only and may be subject to change at the Council discretion. The actual establishments, frequency and route details will be agreed with the successful service provider. However any buildings may be added or deducted from the schedule.

        All employees deployed to undertake activities requiring Security Industry Authority “SIA” Licensing (or equivalent) (must be in possession of valid licence(s) and must display them at all times when undertaking activities relating to the contract).

        All vehicles owned by the service provider must be road worthy and comply with all relevant statutory legislation including the Road and Traffic and Transport Act and Health and Safety at Work Act 1974. The service provider will be deemed to have satisfactory themselves in respect of what documentation is required in relation to certificated/licences and must maintain records of inspections and maintenance in relation to legislation.

        The service providers must have an operator’s licence in respect for all vehicles over 3.5 tonnes. The operator’s licence number must be stated within the ITT — ESPD section 5 of this tender.

      5. Award criteria:
        Quality criterion - Name: Service Delivery and appproach / Weighting: 35
        Quality criterion - Name: Key Performance Indicators / Weighting: 20
        Quality criterion - Name: Contract Mobilisation / Weighting: 10
        Quality criterion - Name: Business Continuity / Weighting: 10
        Quality criterion - Name: Contract Management / Weighting: 10
        Quality criterion - Name: Exit Strategy / Weighting: 5
        Quality criterion - Name: Fair working practicies / Weighting: 5
        Quality criterion - Name: Community Benefits/Sustainability / Weighting: 5
        Price - Weighting: 40
      6. Information about options:
        Options: no
      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:
  3. Section IV
    1. Description:
      1. Type of procedure:
        Open procedure
      2. Information about a framework agreement or a dynamic purchasing system:
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: yes
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2018/S 144-329452
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Contract No: SC1718-0089
    2. Award of contract
      1. Date of conclusion of the contract: 2018-12-05
      2. Information about tenders:
        Number of tenders received: 3
        Number of tenders received from SMEs: 0
        Number of tenders received from tenderers from other EU Member States: 0
        Number of tenders received from tenderers from non-EU Member States: 0
        Number of tenders received by electronic means: 3
        The contract has been awarded to a group of economic operators: no
      3. Name and address of the contractor:
        G4S Cash Solutions (UK) Ltd
        Sutton Park House, 15 Carshalton Road
        Sutton
        SM1 4LD
        United Kingdom
        E-mail: [email protected]
        The contractor is an SME: no
      4. Information on value of the contract/lot (excluding VAT):

        Total value of the contract/lot: 130 082.50 GBP
      5. Information about subcontracting:

  5. Section VI
    1. Additional information

      Exclusion Grounds

      Part III: Section A, B, C and D

      Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of The Public Contracts (Scotland) Regulations 2015 [for above OJEU threshold)/8 and 9 of the Procurement (Scotland) Regulations 2016 (below OJEU threshold).

      You should advise us if you are involved in more than one bid for this opportunity.

      Bidders should note that the deadline for expressions of interest is 14:00 hours noon on 24.8.2018 and the deadline for actual submission of tenders is 31.8.2018.

      Note the maximum contract value excludes Ad-Hoc cash uplifts.

      (SC Ref:568976)

    2. Procedures for review
      1. Review body
        Stirling Council
        Strategic Procurement, Old Viewforth
        Stirling
        FK8 2ET
        United Kingdom
        Telephone: +44 1786233384
      2. Body responsible for mediation procedures

      3. Service from which information about the review procedure may be obtained

    3. Date of dispatch of this notice
      2019-01-07