Cash Collection and Cash-in-Transit Services London
Cash Collection services involve emptying cash from parking meters and collecting cash from Council facilities.
United Kingdom-London: Business services: law, marketing, consulting, recruitment, printing and security
2018/S 181-410315
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Town Hall, Wandsworth High Street
London
SW18 2PU
United Kingdom
Telephone: +44 2088716000
E-mail: Adi-Naitey.Puplampu@richmondandwandworth.gov.uk
NUTS code: UKI34
Address of the buyer profile: www.delta-esourcing.com
I.1)Name and addresses
Civic Center, 44 York Road
Twickenham
TW1 3BZ
United Kingdom
E-mail: Adi-Naitey.Puplampu@richmondandwandsworth.gov.uk
NUTS code: UKI75
Address of the buyer profile: www.delta-esourcing.com
I.2)Information about joint procurement
Not Applicable
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Cash Collection and Cash-in-Transit Services
II.1.2)Main CPV code
II.1.3)Type of contract
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
II.1.6)Information about lots
II.2.3)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 2 (the “Services”).
The Contract will be for a period of 3 years commencing on 1.2.2019 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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about 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
II.2.14)Additional information
As set out in the tender documentation.
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
As set out in tender documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As set out in the tender documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)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
IV.2.7)Conditions for opening of tenders
As set out in tender documentation.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
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:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/87KDMZX84D
GO Reference: GO-2018918-PRO-13218049
VI.4.1)Review body
Royal Courts of Justice, The Strand
London
WC1A 2LL
United Kingdom
Telephone: +44 20794760000
VI.4.2)Body responsible for mediation procedures
London
SW18 2PU
United Kingdom
Telephone: +44 2088716747
VI.4.3)Review procedure
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 review procedure may be obtained
London
SW1A 2AS
United Kingdom
Telephone: +44 2072761234
VI.5)Date of dispatch of this notice: