Cash Collection Contract
single provider contract for the provision of a Cash Collection, Transit, Counting and Preparation for Banking.
United Kingdom-Bath: Security services
2015/S 251-460454
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Bath and North East Somerset Council
Guildhall, High Street
For the attention of: Mr Steve Phelps
BA1 5AW Bath
UNITED KINGDOM
Telephone: +44 1225477030
E-mail: steve_phelps@bathnes.gov.uk
Internet address(es):
General address of the contracting authority: www.bathnes.gov.uk
Further information can be obtained from: Bath and North East Somerset Council
Guildhall, High Street
For the attention of: Mr Steve Phelps
BA1 5AW Bath
UNITED KINGDOM
Telephone: +44 1225477030
E-mail: steve_phelps@bathnes.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Bath and North East Somerset Council
Guildhall, High Street
For the attention of: Mr Steve Phelps
BA1 5AW Bath
UNITED KINGDOM
Telephone: +44 1225477030
E-mail: steve_phelps@bathnes.gov.uk
Tenders or requests to participate must be sent to: Bath and North East Somerset Council
Guildhall, High Street
For the attention of: Mr Steve Phelps
BA1 5AW Bath
UNITED KINGDOM
Telephone: +44 1225477030
E-mail: steve_phelps@bathnes.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 2: Land transport services [2], including armoured car services, and courier services, except transport of mail
NUTS code UKK12
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
This is a Service Contract being procured under the competitive dialogue procedure.
The Council through its various operations generates revenue. In some cases this involves cash and cheques. Where this is so, and where there are high-levels of coinage, a service is needed to manage the collection, counting and preparation for banking.
The Contract provides cash collection, counting and preparation for banking services. This is currently carried out by an external contractor, with the arrangement now due for renewal.
In preparing this tender the Council has acted in accordance with the Cabinet Office Statement of Practice on Staff Transfers in the Public Sector and the Code of Practice on Workforce matters in Local Authority Service Contracts. Bidders are required to submit details of how proposed management and staffing proposals will deliver the service requirements, details of the management structure and provide information on employment.
Tenders may indicate the ability and indicative costs for additional services as part of the variance schedule; further discussion may ensue as a result. The cash value collected and handled is currently in the order of 18 000 000 GBP per annum; the majority of which is coinage.
The Council has reviewed the provision of cash collection services across the different functions where there is a cash collection requirement. This review was undertaken to determine the most economically advantageous way forward that will ensure a successful business review of this service.
The Council wishes to award a contract commencing 1.7.2016 for the provision of cash collection services for a period of 36 months with a further provision of 1 x 12 month extensions or part thereof, to run consecutively if required; a maximum period of 60 months. The length of contract reflects the high set-up costs of such a contract.
The contract is managed under the auspices of Parking Services, as the Authorisation Officer; the service is also a main customer. Service areas requiring a collections services include:
— Parking services — On and Off Street Parking ‘Pay and Display’ cash handling;
— Annualised value approximately 7 000 000 GBP;
— Open spaces — parks Income cash handling;
— Customer services — coinage delivery;
— Bath Register Office — cash handling from registrations and marriages;
— Public protection — licensing cash handling; annualised value approximately 2 250 000 GBP;
— Heritage services — cash handling from key tourist venues; annualised value approximately 7 000 000 GBP;
— Children’s services — cash handling from various Children Centres and Nurseries;
— Library services — cash handling from various locations;
— Waste services — cash handling from Midland Road Waster Depot;
— Passenger transport services — cash handling from Locksbrook Road Depot;
— Parks and bereavement services — cheques collected from Haycombe Cemetery.
II.1.6)Common procurement vocabulary (CPV)
79710000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 650 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
Description of particular conditions: Appropriate accreditations, association membership, skills and experience to perform the duties and described in the specification.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.3)Technical capacity
As detailed in the Invitation to Tender.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: