Cash In Transit Services Warwick
Warwick District Council Cash in Transit Services Framework.
United Kingdom-Royal Leamington Spa: Security services
2016/S 136-244716
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Riverside House, Milverton Hill
Royal Leamington Spa
CV32 5HZ
United Kingdom
Contact person: Ronny Tigere
Telephone: +44 1926456218
E-mail: procurement@warwickdc.gov.uk
NUTS code: UKG13
Internet address(es):Main address: www.warwickdc.gov.uk
Address of the buyer profile: https://in-tendhost.co.uk/csw-jets/aspx/Home
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
WDC- Framework Contract for provision of Cash Collection and Cash in Transit services from Corporate Sites and Car parks.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Warwick District Council has initiated a re-procurement tender procedure for Cash Collection Services in accordance with European Community legislative requirements as implemented by the Public Contracts Regulations 2015. The Service Provider will be required to perform regular and ad-hoc collections from the Council’s named premises and car parks. The notes/coins and cheques will be required to be securely transported and deposited to the Council’s bank accounts. In general the Contractor shall be responsible for all activities related to the cash collection function, Secure transport to counting location, bagging / storage, Safekeeping, secure transport and lodging of cash into Local Authorities’ bank accounts, Reconciling audit tickets with cash counted, recorded and explaining differences.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Supply of Cash collection, Cash delivery and cash in transit services from corporate sites
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Warwick district Council public sites.
II.2.4)Description of the procurement:
Tenders are invited for the supply of cash collection, cash delivery and cash in transit services for corporate sites and car parks in Warwick District. The contract will commence on 2.10.2016. The Contract shall be for 4 years with the option to extend for a further 2 years at the agreement of both parties and provided that the Council is satisfied with the performance of the Provider.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is an option to renew the contract by a further 2 years subject to satisfactory performance during the initial term.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)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 tenderer’s 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.
II.2.1)Title:
Supply of cash collection and cash in transit services from car parks, including pay and display machines
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Warwick District Council Corporate Property site.
II.2.4)Description of the procurement:
Warwick District Council requires a Cash in Transit service as part of its overall banking strategy, to provide a high-quality, secure service for the collection and delivery of cash and payments across the council network to meet the Council’s current and proposed needs which include:
Enabling the Council to have its cash and payments collected and delivered in an effective and secure manner.
Enabling the Council to safeguard the movement of funds in transit reducing the associated risks to both customers and staff.
Enabling the Council to have accurate and timely management that allows good-quality data and financial reconciliation.
Ensuring the Council secures value for money through effective use of this service.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract has an option for renewal by a further 2 years subject to satisfactory performance during the initial term of 4 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)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 tenderer’s 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.
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
The supplier must meet all the requirement in the Invitation to tender.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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
Section VI: Complementary information
VI.1)Information about recurrence
1.5.2020 if not renewed.
VI.2)Information about electronic workflows
VI.4.1)Review body
Riverside House, Milverton Hill
Leamington
CV32 5HZ
United Kingdom
Telephone: +44 1926456218
E-mail: procurement@warwickdc.gov.ukInternet address:www.warwickdc.gov.uk
VI.4.2)Body responsible for mediation procedures
Riverside House, Milverton Hill
Leamington
CV32 5HZ
United Kingdom
Telephone: +44 1926456218
E-mail: procurement@warwickdc.gov.ukInternet address:www.warwickdc.gov.uk
VI.4.4)Service from which information about the review procedure may be obtained
Riverside House, Milverton Hill
Leamington
CV32 5HZ
United Kingdom
Telephone: +44 1926456218
E-mail: procurement@warwickdc.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Provide Security Services for Home Office in France
Library Services and Security Support Warwick
Provide Vehicle Locksmith Services to Met Police