Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Cash & Valuables in Transit.

  • First published: 10 July 2013
  • Last modified: 10 July 2013

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
North Eastern Universities Purchasing Consortium
Authority ID:
AA20476
Publication date:
10 July 2013
Deadline date:
14 August 2013
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

North Eastern Universities Purchasing Consortium Ltd (NEUPC) is one of six UK Higher Education purchasing consortia established to deliver and manage a wide range of collaborative framework agreements designed to maximise third party expenditure within the higher education sector. (NEUPC) wishes to develop a national framework agreement to service the requirements of UK Higher Education Institutions and Associate members for the supply of Cash and Valuables in Transit Services.

Services will include, but not limited to, supply of cash and valuables in transit services, ATM replenishments, delivery of coin change, cash counting and processing, collection from pay & display parking.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


North Eastern Universities Purchasing Consortium

Leeds Innovation Centre, 103 Clarendon Road

Leeds

LS2 9DF

UK

Cheryl Gibbons

+44 113344357

c.l.gibbons@leeds.ac.uk


http://www.neupc.ac.uk/



https://in-tendhost.co.uk/neupc/aspx/Home

https://in-tendhost.co.uk/neupc/aspx/Home
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Yes

Advanced Procurement for Universities and Colleges (Scotland)

Higher Education Purchasing Consortium for Wales

London Universities Purchasing Consortium

North Western Universities Purchasing Consortium Ltd

Southern Universities Purchasing Consortium

Crescent Purchasing Consortium

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Cash & Valuables in Transit.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

2

II.1.2)

Main site or location of works, place of delivery or performance



UK

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

8

Duration of the framework agreement

4

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

4 000 000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

North Eastern Universities Purchasing Consortium Ltd (NEUPC) is one of six UK Higher Education purchasing consortia established to deliver and manage a wide range of collaborative framework agreements designed to maximise third party expenditure within the higher education sector. (NEUPC) wishes to develop a national framework agreement to service the requirements of UK Higher Education Institutions and Associate members for the supply of Cash and Valuables in Transit Services.

Services will include, but not limited to, supply of cash and valuables in transit services, ATM replenishments, delivery of coin change, cash counting and processing, collection from pay & display parking.

II.1.6)

Common Procurement Vocabulary (CPV)

79710000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

North Eastern Universities Purchasing Consortium Ltd (NEUPC) is one of six UK Higher Education purchasing consortia established to deliver and manage a wide range of collaborative framework agreements designed to maximise third party expenditure within the higher education sector. (NEUPC) wishes to develop a national framework agreement to service the requirements of UK Higher Education Institutions and Associate members for the supply of Cash and Valuables in Transit Services.

Services will include, but not limited to, supply of cash and valuables in transit services, ATM replenishments, delivery of coin change, cash counting and processing and collection from pay & display parking.

The framework will be available for use by any member institution of the UK Higher Education Purchasing Consortia:

— NEUPC North Eastern Universities Purchasing Consortium,

— LUPC London Universities Purchasing Consortium,

— NWUPC North West Universities Purchasing Consortium,

— SUPC Southern Universities Purchasing Consortium,

— HEPCW Higher Education Purchasing Consortium for Wales,

— NEUPC Advanced Procurement for Universities and Colleges (Scotland), and by Further Education institutions that are members of the Crescent Purchasing Consortium (CPC).

The estimated value of the agreement is 4 000 000 GBP over the duration of the agreement including the extension period (1 000 000 GBP per annum). Tenderers are asked to note that there is no guarantee of demand or even any business for successful Contractors on the Framework Agreement. However, agreements are created on a collaborative basis with user input from institutions. This process is designed to capture user requirements and create agreements which meet users' needs. Additionally, NEUPC through its regional procurement account management structure and other regional UK HE consortia via their tailored client management approaches actively promote contracts and their usage to ensure maximum contract uptake amongst the participating institutions.

The framework agreement is available to all for use by any member institution of the UK Higher Education Purchasing Consortia. They will, in the same way that NEUPC will, promote the framework agreement to their own consortia members.

The Framework Agreement will be uploaded to www.GeM.ac.uk. The GeM contracts database contains all HE and FE sector, consortia negotiated contracts. Institutions are able to access all national contracts and regional contracts from their regional purchasing consortium through GeM.

The framework agreement award will be based on the most economically advantageous tender, (MEAT). Award criteria will be a combination of both financial and non-financial factors and will consider:

— Price – 50 %,

— Quality - 50 %.

4 000 000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

 01-10-2013 30-09-2017

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Security Industry Authority (SIA)

An SIA licence is required if you undertake the licensable activities of a cash and valuables in transit operative and your services are supplied for the purposes of or in connection with any contract to a consumer. Unless your employer or company has been given an exemption under Section 4(4) of the Private Security Industry Act 2001, it is a criminal offence to undertake the licensable activities of a cash and valuables in transit operative without an SIA licence. Further information can be found at http://www.sia.homeoffice.gov.uk/Pages/licensing-cvit.aspx.

III.2.2)

Economic and financial capacity




Minimum Standards for Economic and Financial Standing.

Suppliers must meet minimum standards of economic and financial standing to take part in the competition.

In order to ensure that potential bidders can sustainably operate and not be exposed to undue risk at the end of any potential contract period, the suppliers turnover should have a minimum turnover of £1,000,000. Evidence is required as an upload to support this confirmation.

Suppliers must be financially fluid and currently trading. They must not be recorded at Companies House as having any negative action / event (dissolved, removed, in liquidation etc) that calls into question their financial / corporate standing, such action / event will be deemed to be a failure to meet minimum standards of economic and financial standing.


III.2.3)

Technical capacity





III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


No

Yes
Compliance to Specification 18
Organisational Information 10
Environment & Sustainability 7
Finance 7
Health & Safety 4
Equality 4
Price 50

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

PFB2001 NE

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 08-08-2013  12:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 14-08-2013  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders



 14-08-2013  15:00

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 05-07-2013

Coding

Commodity categories

ID Title Parent category
79710000 Security services Investigation and security services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
c.l.gibbons@leeds.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.