Notice Information
Notice Title
Cash Collection Service
Notice Description
Stirling Council is looking for suitably qualified contractor to provide the provision of safe, secure cash collection service including car parking coinage, schools cash and cheque collection and collection of cash and cheques from other various council buildings depositing cash with Council's bank.
Lot Information
Lot 1
Safe, secure cash collection Cash Collection Service including car parking coinage, schools cash and cheque collection and collection of cash and cheques from other various council buildings. Contract aims and objectives include the following:- Requirements No. 1 - Stirling Council Offices and Schools - Cash Collection Requirements No. 2 - Stirling Council Pay and Display Parking Machines The "Cash Collection Schedule" within the ITT contains the establishment's information and pick up frequency. The requirements have been structured to reflect the organisations main cash collection/delivery activities. This is for information only and may be subject to change at the Council discretion. The actual establishments, frequency and route details will be agreed with the successful Service provider. However any buildings may be added or deducted from the schedule. All employees deployed to undertake activities requiring Security Industry Authority 'SIA' Licensing (or equivalent) (must be in possession of valid licence(s) and must display them at all times when undertaking activities relating to the contract). All vehicles owned by the Service Provider must be road worthy and comply with all relevant statutory legislation including the Road and Traffic and Transport Act and Health and Safety at Work Act 1974. The Service Provider will be deemed to have satisfactory themselves in respect of what documentation is required in relation to certificated / licences and must maintain records of inspections and maintenance in relation to legislation. The Service Providers must have an operator's licence in respect for all vehicles over 3.5 tonnes. The operator's licence number must be stated within the ITT - ESPD section 5 of this tender.
Renewal: Contract duration is 3 years, with the option to extend for 2 x 12 month possible extensions at the sole discretion of the Council. This a recurring Council need/requirement.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000547998
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN341290
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
60 - Transport services (excl. Waste transport)
66 - Financial and insurance services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
60000000 - Transport services (excl. Waste transport)
66110000 - Banking services
66112000 - Deposit services
79710000 - Security services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £130,082 £100K-£500K
Notice Dates
- Publication Date
- 7 Jan 20197 years ago
- Submission Deadline
- 31 Aug 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 5 Dec 20187 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 3, 4 or 5 years depending on extension options
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- STIRLING COUNCIL
- Contact Name
- Not specified
- Contact Email
- leishmanj@stirling.gov.uk
- Contact Phone
- +44 1786233384
Buyer Location
- Locality
- STIRLING
- Postcode
- FK8 2ET
- Post Town
- Falkirk and Stirling
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM02 Perth and Kinross, and Stirling
- Delivery Location
- TLM77 Perth and Kinross, and Stirling
-
- Local Authority
- Stirling
- Electoral Ward
- Stirling West
- Westminster Constituency
- Stirling and Strathallan
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL326475
Cash Collection Service - Stirling Council is looking for suitably qualified contractor to provide the provision of safe, secure cash collection service including car parking coinage, schools cash and cheque collection and collection of cash and cheques from other various council buildings depositing cash with Council's bank. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN341290
Cash Collection Service - Stirling Council is looking for suitably qualified contractor to provide the provision of safe, secure cash collection service including car parking coinage, schools cash and cheque collection and collection of cash and cheques from other various council buildings depositing cash with Council's bank.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000547998-2019-01-07T00:00:00Z",
"date": "2019-01-07T00:00:00Z",
"ocid": "ocds-r6ebe6-0000547998",
"initiationType": "tender",
"parties": [
{
"id": "org-13",
"name": "Stirling Council",
"identifier": {
"legalName": "Stirling Council"
},
"address": {
"streetAddress": "Strategic Procurement, Old Viewforth",
"locality": "Stirling",
"region": "UKM77",
"postalCode": "FK8 2ET"
},
"contactPoint": {
"email": "leishmanj@stirling.gov.uk",
"telephone": "+44 1786233384",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.stirling.gov.uk/procurement"
}
},
{
"id": "org-22",
"name": "Stirling Council",
"identifier": {
"legalName": "Stirling Council"
},
"address": {
"streetAddress": "Strategic Procurement, Old Viewforth",
"locality": "Stirling",
"region": "UKM77",
"postalCode": "FK8 2ET"
},
"contactPoint": {
"email": "leishmanj@stirling.gov.uk",
"telephone": "+44 1786233384",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.stirling.gov.uk/procurement"
}
},
{
"id": "org-448",
"name": "Stirling Council",
"identifier": {
"legalName": "Stirling Council"
},
"address": {
"streetAddress": "Strategic Procurement, Old Viewforth",
"locality": "Stirling",
"region": "UKM77",
"postalCode": "FK8 2ET"
},
"contactPoint": {
"email": "leishmanj@stirling.gov.uk",
"telephone": "+44 1786233384",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.stirling.gov.uk/procurement"
}
},
{
"id": "org-449",
"name": "G4S Cash Solutions (UK) Limited",
"identifier": {
"legalName": "G4S Cash Solutions (UK) Limited"
},
"address": {
"streetAddress": "Sutton Park House, 15 Carshalton Road",
"locality": "Sutton",
"region": "UKM77",
"postalCode": "SM1 4LD"
},
"contactPoint": {
"email": "cashtendershelpdesk@uk.g4s.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "Stirling Council",
"id": "org-448"
},
"tender": {
"id": "SC1718-0089",
"title": "Cash Collection Service",
"description": "Stirling Council is looking for suitably qualified contractor to provide the provision of safe, secure cash collection service including car parking coinage, schools cash and cheque collection and collection of cash and cheques from other various council buildings depositing cash with Council's bank.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "66112000",
"scheme": "CPV"
},
{
"id": "60000000",
"scheme": "CPV"
},
{
"id": "79710000",
"scheme": "CPV"
},
{
"id": "66110000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Stirling Council Area and it's boundaries"
},
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-08-31T14:00:00Z"
},
"awardPeriod": {
"startDate": "2018-08-31T14:00:00Z"
},
"documents": [
{
"id": "JUL326475",
"documentType": "contractNotice",
"title": "Cash Collection Service",
"description": "Stirling Council is looking for suitably qualified contractor to provide the provision of safe, secure cash collection service including car parking coinage, schools cash and cheque collection and collection of cash and cheques from other various council buildings depositing cash with Council's bank.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL326475",
"format": "text/html"
},
{
"id": "JAN341290",
"documentType": "awardNotice",
"title": "Cash Collection Service",
"description": "Stirling Council is looking for suitably qualified contractor to provide the provision of safe, secure cash collection service including car parking coinage, schools cash and cheque collection and collection of cash and cheques from other various council buildings depositing cash with Council's bank.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN341290",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Safe, secure cash collection Cash Collection Service including car parking coinage, schools cash and cheque collection and collection of cash and cheques from other various council buildings. Contract aims and objectives include the following:- Requirements No. 1 - Stirling Council Offices and Schools - Cash Collection Requirements No. 2 - Stirling Council Pay and Display Parking Machines The \"Cash Collection Schedule\" within the ITT contains the establishment's information and pick up frequency. The requirements have been structured to reflect the organisations main cash collection/delivery activities. This is for information only and may be subject to change at the Council discretion. The actual establishments, frequency and route details will be agreed with the successful Service provider. However any buildings may be added or deducted from the schedule. All employees deployed to undertake activities requiring Security Industry Authority 'SIA' Licensing (or equivalent) (must be in possession of valid licence(s) and must display them at all times when undertaking activities relating to the contract). All vehicles owned by the Service Provider must be road worthy and comply with all relevant statutory legislation including the Road and Traffic and Transport Act and Health and Safety at Work Act 1974. The Service Provider will be deemed to have satisfactory themselves in respect of what documentation is required in relation to certificated / licences and must maintain records of inspections and maintenance in relation to legislation. The Service Providers must have an operator's licence in respect for all vehicles over 3.5 tonnes. The operator's licence number must be stated within the ITT - ESPD section 5 of this tender.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "Contract duration is 3 years, with the option to extend for 2 x 12 month possible extensions at the sole discretion of the Council. This a recurring Council need/requirement."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Delivery and appproach",
"description": "35"
},
{
"type": "price",
"description": "40"
}
]
}
}
],
"bidOpening": {
"date": "2018-08-31T14:00:00Z"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Part IV: Selection criteria - A: Suitability - Question 4A.1 to 4A.2.3 Contract Specific Mandatory Criteria - Tenderers must comply with the following codes of practice. Please provide details below and include within your tender submission or if available electronically please indicate. - BS7872 - Code of Practice for Operation of Cash in Transit or equivalent - BS7858 - Code of Practice for Security Screening of Personnel employed in a Security Environment or equivalent Tenderers must be a member of the British Security Industry Association or equivalent; this is the trade association for the professional security industry in the UK. All employees deployed to undertake activities requiring Security Industry Authority 'SIA' Licensing (or equivalent). Service Providers must have an operator's licence in respect for all vehicles over 3.5 tonnes"
},
{
"type": "economic",
"description": "- Part IV: Selection criteria - B: Economic and financial standing 4B.1 - Tenderers are required to have a minimum \"general\" annual turnover of 80,000 GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement. Part IV: Selection criteria - B: Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4: - Liquidity ratio for Current Year = - Liquidity ratio for Prior Year = The formula for calculating a Tenderer's liquidity ratio is (current assets - stock or work in progress) divided by current liabilities. This is commonly known as the 'Acid Test Ratio'. The acceptable range for each financial ratio is greater than 0.8. Where a Tenderer's Liquidity ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: a. Employers (Compulsory) Liability Insurance - 10,000,000 GBP b. Public Liability Insurance - 5,000,000 GBP c. Professional Indemnity - 2,000,000 GBP d. Motor Vehicle insurance - must be in name of cash collection company. Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition."
},
{
"type": "technical",
"description": "All contractors and sub-contractors must be suitably qualified in relation to the works carried out as detailed within this tender. Part IV: Selection Criteria - C: Technical and Professional Ability 4C.1.2 - Bidders are required to provide two relevant examples of similar service contracts carried out during the last three years. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. If sub-contractors are proposed to assist in the delivery of the service, please complete the relevant sections of the European Single Procurement Document (ESPD). If applying on behalf of a consortium, please list the names and addresses of all other members of the consortium within the ESPD. Any contract will be entered into with the nominated lead organisation and all members of the consortium, who will in these circumstances each be required to execute said contract together with all ancillary documentation, evidencing their joint and several liability in respect of the obligations and liabilities of the contract. It will be for members of the consortium to sort out their respective duties and liabilities amongst each other. For administrative purposes, any associated documentation will be sent to the nominated lead organisation. You should advise us if you are involved in more than one bid for this opportunity. Part IV: Selection Criteria - D: Quality and Environmental Management 4D.1 Quality Management Procedures The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001, or equivalent, as set out in the ITT documentation. Health and Safety Procedures The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, or equivalent, as set out in the ITT documentation. 4m. You must meet any health and safety requirements placed upon you by law. 4D.2 - 1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or equivalent, as set out in the ITT documentation."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2018-12-31T00:00:00Z"
}
},
"classification": {
"id": "60000000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "3, 4 or 5 years depending on extension options"
},
"amendments": [
{
"id": "amd-27",
"description": "III.1.2) Economic and financial standing 4B.1 - Tenderers are required to have a minimum \"general\" annual turnover of 1,000,000 GBP for the last two financial years AND NOT 80,000 GBP as advertised in the Notice. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement."
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Exclusion Grounds Part III: Section A, B, C & D Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of The Public Contracts (Scotland) Regulations 2015 [for above OJEU threshold)/8 and 9 of the Procurement (Scotland) Regulations 2016 (below OJEU threshold). You should advise us if you are involved in more than one bid for this opportunity. Bidders should note that the deadline for expressions of interest is 1400 hours noon on 24 August 2018 and the deadline for actual submission of tenders is 31 August 2018. Note the maximum contract value excludes Ad-Hoc cash uplifts. (SC Ref:568976)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000547998"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000547998"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000547998"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "SC1718-0089",
"suppliers": [
{
"id": "org-449",
"name": "G4S Cash Solutions (UK) Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "SC1718-0089",
"awardID": "SC1718-0089",
"status": "active",
"value": {
"amount": 130082.5,
"currency": "GBP"
},
"dateSigned": "2018-12-05T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 144-329452"
}
],
"bids": {
"statistics": [
{
"id": "788",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "789",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "790",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "791",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "792",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}