Sheffield City Council Cash in Transit Framework
2 Lots. Lot 1 is for collections from Library’s, schools, and other council premises or events within Sheffield.
United Kingdom-Sheffield: Business services: law, marketing, consulting, recruitment, printing and security
2016/S 111-198047
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Sheffield City Council
Level 2, North Wing, Moorfoot
For the attention of: Ms Amie Knight
S1 4PL Sheffield
United Kingdom
Telephone: +44 1142736585
E-mail: amie.knight@sheffield.gov.uk
Internet address(es):
General address of the contracting authority: https://www.sheffield.gov.uk/
Further information can be obtained from: Sheffield City Council
Level 2, North Wing, Moorfoot
For the attention of: Ms Amie Knight
S1 4PL Sheffield
United Kingdom
Telephone: +44 1142736585
E-mail: amie.knight@sheffield.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:Sheffield City Council
Level 2, North Wing, Moorfoot
For the attention of: Ms Amie Knight
S1 4PL Sheffield
United Kingdom
Telephone: +44 1142736585
E-mail: amie.knight@sheffield.gov.uk
Tenders or requests to participate must be sent to: Sheffield City Council
Level 2, North Wing, Moorfoot
For the attention of: Ms Amie Knight
S1 4PL Sheffield
United Kingdom
Telephone: +44 1142736585
E-mail: amie.knight@sheffield.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 UKE3
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 2
Justification for a framework agreement, the duration of which exceeds four years: N/A.
Estimated total value of purchases for the entire duration of the framework agreement
Frequency and value of the contracts to be awarded: N/A.
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
79000000, 66000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The contract shall run for 2 years from 1.10.2016 with an option to extend at the discretion of the purchasing body for up to 2 further years (1 year plus 1 year). Prices shall remain fixed for the full 2 year contract term subject to any changes in the market to ensure that the price offering remains competitive.
Estimated value excluding VAT: 8 600 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: See ITT.
III.2.3)Technical capacity
See ITT.
Minimum level(s) of standards possibly required:
See ITT.
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.3.1)File reference number attributed by the contracting authority:
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.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.5)Date of dispatch of this notice:
Related Posts
Managed Security Tender for Southampton Solent University
Eurotunnel Security Services Tender
Provide Security Services to Merseyrail
Birmingham Airport Framework for Body Scanners