Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Cambridgeshire CC Cash Collection Services Framework Agreement

  • Cyhoeddwyd gyntaf: 09 Rhagfyr 2019
  • Wedi'i addasu ddiwethaf: 09 Rhagfyr 2019
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Eicon Gwybodaeth
Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
LGSS Procurement on behalf of Cambridgeshire County Council
ID Awudurdod:
AA73140
Dyddiad cyhoeddi:
09 Rhagfyr 2019
Dyddiad Cau:
15 Ionawr 2020
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The authority currently utilises the services of a secure cash in transit service provider to ensure safe delivery of monies between their various parking, libraries, office collection and other ad-hoc collection points (as defined in the tender documentation) and their bank’s nominated processing centre. The authorities are looking to continue with these arrangements under this framework arrangement.

The solution will provide a flexible and secure service, focusing on cost reduction, secure and professional service and delivery, accuracy, fully auditable and sustainable service delivery.

It is difficult to predict the exact value of this contract, as the authority’s schedules are likely to vary over the contract term, but it is estimated that the total value is not expected to be less than 150 000 GBP or greater than 1 800 000 GBP; however, these figures are given as a guide only and not guaranteed.

The above figures are calculated by allocating the estimated (but not guaranteed) spends of Cambridgeshire County Council equating to approximately 50 000 GBP p.a. each, with an allowance of an additional 400 000 GBP p.a. (also not guaranteed) from other bodies accessing this framework. Access to this framework by such bodies shall solely be controlled and managed by LGSS Procurement or Cambridgeshire County Council and the successful providers shall not accept any instructions under this framework other than from LGSS Procurement or Cambridgeshire County Council.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

LGSS Procurement on behalf of Cambridgeshire County Council

Shire Hall, Castle Hill

Cambridge

CB3 0AP

UK

Person cyswllt: LGSS Procurement

Ffôn: +44 1223715354

E-bost: contracts@milton-keynes.gov.uk

NUTS: UKH12

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.lgss.co.uk/about/

Cyfeiriad proffil y prynwr: https://www.lgss.co.uk/services/procurement/lgss-procurement-portal/

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://procontract.due-north.com/Advert/Index?advertId=7792a729-4eeb-e911-80fa-005056b64545


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://procontract.due-north.com/Register


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Cambridgeshire CC Cash Collection Services Framework Agreement

Cyfeirnod: DN434545

II.1.2) Prif god CPV

38730000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

This procurement process is to identify and appoint sole provider framework agreement to provide the services of a secure cash in transit service provider to ensure safe delivery of monies between the various parking and office collection points and other types of collections as defined in the tender documentation to the relevant bank’s nominated processing centre or nominated location.

Cambridgeshire County Council anticipates awarding the framework agreement to one service provider to start on 1.4.2020.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

79710000

79940000

66112000

II.2.3) Man cyflawni

Cod NUTS:

UKF

UKG

UKH

UKJ

II.2.4) Disgrifiad o’r caffaeliad

The authority currently utilises the services of a secure cash in transit service provider to ensure safe delivery of monies between their various parking, libraries, office collection and other ad-hoc collection points (as defined in the tender documentation) and their bank’s nominated processing centre. The authorities are looking to continue with these arrangements under this framework arrangement.

The solution will provide a flexible and secure service, focusing on cost reduction, secure and professional service and delivery, accuracy, fully auditable and sustainable service delivery.

It is difficult to predict the exact value of this contract, as the authority’s schedules are likely to vary over the contract term, but it is estimated that the total value is not expected to be less than 150 000 GBP or greater than 1 800 000 GBP; however, these figures are given as a guide only and not guaranteed.

The above figures are calculated by allocating the estimated (but not guaranteed) spends of Cambridgeshire County Council equating to approximately 50 000 GBP p.a. each, with an allowance of an additional 400 000 GBP p.a. (also not guaranteed) from other bodies accessing this framework. Access to this framework by such bodies shall solely be controlled and managed by LGSS Procurement or Cambridgeshire County Council and the successful providers shall not accept any instructions under this framework other than from LGSS Procurement or Cambridgeshire County Council.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

The authority is not splitting this contract into lots as they wish to maintain having a single provider for of the purposes of contract management and process efficiencies. In addition the value of the framework agreement is expected to be uneconomical to both parties if further reductions in collections are undertaken during the life of the agreement.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.

Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd:

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 15/01/2020

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 15/01/2020

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

Thisframework is open initially for use by Cambridgeshire County Council and Peterborough City Council only.

By way of access agreement this framework is also open to LGSS partners and other bodies including:

Partners and other organisations delegating services and or functions to LGSS (currently Cambridgeshire County Council, Milton Keynes Council, Northamptonshire County Council, Norwich —City Authority and Northampton Borough Council) who participate in LGSS’ shared services venture;

New LGSS customers seeking to utilise LGSS frameworks on an independent third party basis including:

Any city, district, borough or other local authority within the counties of any LGSS partner authority (currently Cambridgeshire County, the City of Milton Keynes and Northamptonshire County) including Northamptonshire Partnership Homes;

Any companies or organisations set up by participants in LGSS including Stand Out Northamptonshire;

Any school, academy, university or other educational establishment within the counties of any LGSS partner authority (currently Cambridgeshire County, Northamptonshire County and Milton Keynes); and

Any Public Body outlined in either Part I or Part II of the Local Authorities (Goods and Services) (Public Bodies) Order 1972. Details of these can be found at http://www.legislation.gov.uk/uksi/1972/853/made.

Those who wish to contract under this framework must first sign an Access agreement (provided by either Cambridgeshire County Council or LGSS Procurement team)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Gus De Silva

LGSS Procurement, Octagon RES1006 Shire Hall, Castle Street

Cambridge

CB3 0AP

UK

E-bost: GdeSilva@northamptonshire.gov.uk

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

LGSS Procurement will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from (refer to address in Part I.1)). If an appeal regarding the award of contract has not been successfully resolved the Public Contracts Regulations 2015 (Chapter 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules, to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may order the ineffectiveness of a contract where serious breach have occurred in addition to any fine, the Court may instead provide for alternative penalties, either contract shortening, fines or both.

VI.5) Dyddiad anfon yr hysbysiad hwn

05/12/2019

Codio

Categorïau nwyddau

ID Teitl Prif gategori
66112000 Gwasanaethau adneuo Gwasanaethau bancio
79940000 Gwasanaethau asiantaeth gasglu Amrywiol wasanaethau busnes a gwasanaethau sy’n gysylltiedig â busnes
79710000 Gwasanaethau diogelwch Gwasanaethau ymchwilio a diogelwch
38730000 Mesuryddion parcio Cofrestri amser a phethau tebyg; mesuryddion parcio

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
contracts@milton-keynes.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.