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 In Transit - Premises collection and Parking Machines

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04dc43
Published by:
Sheffield City Council
Authority ID:
AA20966
Publication date:
12 March 2025
Deadline date:
10 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

General Requirements: Applicable to both LOT 1 & LOT 2 The Contractor’s range of services will include the following: i.) The secure collection of money from various Collection Points as specified by SCC. ii.) The secure storage of all money whilst in transit. iii.) The onward delivery/depositing of all money collected, either to another Collection Point, or at a nominated Cash Receiving Facility or Bank. iv.) Where necessary, the secure overnight storage of money collected will be required.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Sheffield City Council

(GB) 173 5488 38

Town Hall, Pinstone Street,

Sheffield

S1 2HH

UK

Contact person: Maherun Choudhury

Telephone: +44 01142734567

E-mail: maherun.choudhury@sheffield.gov.uk

NUTS: UKE32

Internet address(es)

Main address: http://sheffield.gov.uk

Address of the buyer profile: https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/104130

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89939&B=UK


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89939&B=UK


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Cash In Transit - Premises collection and Parking Machines

Reference number: CASH IN TRANSIT (CiT)

II.1.2) Main CPV code

79710000

 

II.1.3) Type of contract

Services

II.1.4) Short description

General Requirements: Applicable to both LOT 1 & LOT 2 The Contractor’s range of services will include the following: i.) The secure collection of money from various Collection Points as specified by SCC. ii.) The secure storage of all money whilst in transit. iii.) The onward delivery/depositing of all money collected, either to another Collection Point, or at a nominated Cash Receiving Facility or Bank. iv.) Where necessary, the secure overnight storage of money collected will be required.

II.1.5) Estimated total value

Value excluding VAT: 291 300.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Premises Collection

II.2.2) Additional CPV code(s)

79710000

II.2.3) Place of performance

NUTS code:

UKE32

UKE3

UKE

UK


Main site or place of performance:

Sheffield

II.2.4) Description of the procurement

General Requirements: Applicable to both LOT 1 Premises Collection & LOT 2 Parking Machines. The Contractor’s range of services will include the following: i.) The secure collection of money from various Collection Points as specified by SCC. ii.) The secure storage of all money whilst in transit. iii.) The onward delivery/depositing of all money collected, either to another Collection Point, or at a nominated Cash Receiving Facility or Bank. iv.) Where necessary, the secure overnight storage of money collected will be required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 291 300.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2025

End: 31/03/2029

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Parking Machines Collection

II.2.2) Additional CPV code(s)

79710000

II.2.3) Place of performance

NUTS code:

UKE32

UKE3

UKE

UK


Main site or place of performance:

Sheffield

II.2.4) Description of the procurement

SCC is inviting suppliers to bid for the Cash in Transit. Lot 1 Collection of cash from diverse locations (Premises Collection). Lot 2 cash collections from Parking Metres (Machine Collections). Applicable to both Lot 1 & Lot 2 The Contractor’s range of services will include the following: i.) The secure collection of money from various Collection Points as specified by SCC. ii.) The secure storage of all money whilst in transit. iii.) The onward delivery/depositing of all money collected, either to another Collection Point, or at a nominated Cash Receiving Facility or Bank. iv.) Where necessary, the secure overnight storage of money collected will be required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 291 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2025

End: 31/03/2029

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 10/03/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 48 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 10/03/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

April 2029

VI.4) Procedures for review

VI.4.1) Review body

Sheffield City Council

Sheffield Town Hall, Pinstone Street,

Sheffield

UK

Internet address(es)

URL: https://www.sheffield.gov.uk

VI.4.2) Body responsible for mediation procedures

Sheffield City Council

Sheffield Town Hall, Pinstone Street,

Sheffield

UK

Internet address(es)

URL: https://www.sheffield.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

Sheffield City Council

Sheffield Town Hall, Pinstone Street,

Sheffield

UK

Internet address(es)

URL: https://www.sheffield.gov.uk

VI.5) Date of dispatch of this notice

06/02/2025

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:
maherun.choudhury@sheffield.gov.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.