Cash in Transit Services Tender for Ministry of Justice
Provision of cash in transit services to the Ministry of Justice, National Offender Management Services, Her Majesty’s Prison Service and the Legal Aid Agency.
United Kingdom-Leeds: Security services
2014/S 090-157558
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Ministry of Justice
Harcourt House Chancellor Court 21 The Calls
For the attention of: John Phynn
LS2 7EH Leeds
UNITED KINGDOM
Telephone: +44 1132021055
E-mail: john.phynn@justice.gsi.gov.uk
Fax: +44 1133907420
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Public order and safety
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
Main site or location of works, place of delivery or of performance: Collection and delivery profile is based in England and Wales. Full details are listed in the specification document attached to the RFI.
NUTS code UK
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)
II.1.6)Common procurement vocabulary (CPV)
79710000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
There are two types of delivery and collection services required. A scheduled service for regular deliveries and/or collections each week, fortnight or month (calendar month or 4-weekly), and an ad-hoc service where 48 hours notice is given to the Contractor.
There are two types of cash in transit services. The first is a Cash-In-Transit Service (CIT) £10,000 and this refers to the service provided by the Contractor consisting of the collection of *Containers from the Authority/Site(s) for forward transmission to the Authority’s nominated bank, branch or cash centre (or vice versa) in which the Contractor may carry several Containers from the collection point to the Contractor’s transportation vehicle at any one time. A higher level of security is attached to this arrangement.
The second is a Business Link Service (BL) £7,500 Refers to the service provided by the Contractor consisting of the collection of *Containers from the Authority/Site(s) for forward transmission to the Authority’s nominated bank, branch or cash centre (or vice versa) in which the Contractor carries only one Container from the collection point to the Contractor’s transportation vehicle at any one time. A lesser level of security is attached to this arrangement.
Estimated value excluding VAT: 500 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Details to be provided in the Invitation to Tender.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Details to be provided 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.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 30 Months.
VI.2)Information about European Union funds
VI.3)Additional information
The Ministry of Justice will be performing events through its eSourcing Portal. The eSourcing Portal is an online application that allows all potential suppliers to create and submit their responses to any Requests for Information, Requests for Quotes, or Requests for Proposals via the internet rather than in paper form (where they have been invited to respond). The eSourcing Portal will also be used by the Ministry of Justice to run Reverse Auctions.
To express an interest in this event please send an email to: john.phynn@justice.gsi.gov.uk stating:
Company Name
Your Name
Contact email
Sourcing Reference Number: 3862-1-Projects-N-RFI
The buyer will then contact you with the registration process if you are not already registered on the Ministry of Justice eSourcing portal.
2. TRANSPARENCY
HM Government requires that tender documentation issued by government departments for contracts with a value exceeding £10,000 over the life of the contract are published online (http://www.contractsfinder.businesslink.gov.uk) for the general public. The resulting contract shall also be published.
The Ministry of Justice may use its discretion to redact information to protect key commercial interests or on prescribed grounds. Therefore, bidders who wish information not to be published if successful should secure agreement with the Ministry of Justice prior to submission. Only documentation relating to awarded contracts will be published.
Key commercial interests would be trade secrets and commercial interests which would be prejudiced by publication, following the tests in section 43 of the Freedom of Information Act 2000. http://www.justice.gov.uk/guidance/docs/foi-exemption-s43.pdf
The prescribed grounds for redaction are:
(a) national security;
(b) personal data;
(c) information protected by intellectual property law;
(d) information which it is not in the public interest to disclose (following the tests under the Freedom of Information Act 2000)
(e) third party confidential information;
(f) IT security; or
(g) prevention of fraud.
3. GOVERNMENT SECURITY CLASSIFICATION
From 2.4.2014 the Government is introducing its new Government Security Classifications (GSC) classification scheme to replace the current Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC:
https://www.gov.uk/government/publications/government-security-classifications
VI.5)Date of dispatch of this notice: