ESPO Cash Collection Services – Re-Tender
ESPO and YPO cash collection services Framework.
United Kingdom-Leicester: Security services
2020/S 030-071099
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Barnsdale Way, Grove Park, Enderby
Town: Leicester
NUTS code: UKF21
Postal code: LE19 1ES
Country: United Kingdom
Contact person: Place and Environment Procurement Team
E-mail: tenders@espo.org
Telephone: +44 1162657942
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
324F_20 Cash Collection and Cash and Valuables in Transit Services — Re-Tender
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
ESPO on behalf of ESPO and YPO is seeking to establish a national framework agreement that will cover the collection, processing, consolidation and onward depositing of money/valuables from customers’ premises and car parks to nominated cash receiving facilities or other suitable receiving locations. To tender:
(a) go to www.eastmidstenders.org
(b) register;
(c) search for tender opportunity ‘324F_20’;
(d) express an interest;
(e) download the tender from the website.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Cash Collection and Cash and Valuables in Transit Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The framework scope covers the cash and valuables collection and cash and valuables in transit services from customers’ premises and buildings of various types and cark parks including parking machines. All tenderers must meet the minimum mandatory specification stated in the Invitation to tender document.
Additional products and services that customers may require during the life of the framework include (but are not limited to):
— same day deposit services,
— collection and replenishment of ticket vending machines,
— bus and tram collections,
— secure transportation of sensitive data and other valuables,
— ad-hoc cash collections and float deliveries for events and exhibitions,
— charity boxes collections,
— cash float services for replenishment of ATM cassettes,
— depositing of cash to High Street banks,
— purchase, delivery and installation of standard and smart safes,
— end to end cash management services.
The requirement is split into 12 regional areas as follows:
East Midlands, East of England, North East England, North West England, South East England, South West England, West Midlands, Yorkshire and Humber, London, Scotland, Wales and Northern Ireland.
Tenderers’ can apply for 1, some or all regional areas.
ESPO has established a commercial trading company, ESPO Trading Ltd, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Ltd on materially similar terms to that found in the tender pack to be entered into by ESPO itself.
Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Ltd may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders’ information only.
An eAuction process may be used to award subsequent call-off contracts following the reopening of competition among the parties to the framework agreement.
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 framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
This contract will operate on-going contract monitoring procedures following award, to ensure financial stability requirements are maintained.
Credit rating checks will be carried out on a regular basis, using the credit rating agency, Creditsafe Business Solutions Ltd.
Any changes will be assessed (compared with a baseline credit rating score obtained at contract award stage) and significant changes or sustained degradation will be investigated.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
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
VI.3)Additional information:
As a central purchasing body as defined by the EU Procurement Directive 2014/24/EU, the framework agreement is open for use by public bodies (defined at https://www.espo.org/ESPO/media/Documents/FAQs/ESPO-s_powers_to_trade__website_-2016-12-22.pdf) that also fall into one of the following classifications of user throughout all administrative regions of the UK: local authorities; educational establishments (including academies); central government departments and agencies; police, fire and rescue and coastguard emergency services; NHS and HSC bodies, including ambulance services; registered charities; registered social landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: http://www.espo.org/About-us-%281%29/FAQs/Legal
VI.4.1)Review body
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3)Review procedure
ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO 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 2105 No 102) provide for aggrieved parties who have been harmed or are 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 for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid and/or order 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.5)Date of dispatch of this notice: