Contract

324F_24 Cash/Valuables Collection and Cash/Valuables in Transit (CViT) Services

  • ESPO

F03: Contract award notice

Notice identifier: 2024/S 000-018594

Procurement identifier (OCID): ocds-h6vhtk-044e43

Published 17 June 2024, 12:08pm



Section one: Contracting authority

one.1) Name and addresses

ESPO

Barnsdale Way, Grove Park, Enderby

LEICESTER

LE19 1ES

Contact

Place & Environment Procurement Team

Email

tenders@espo.org

Country

United Kingdom

Region code

UKF22 - Leicestershire CC and Rutland

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.espo.org/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

Local Authority Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

324F_24 Cash/Valuables Collection and Cash/Valuables in Transit (CViT) Services

Reference number

324F_24

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

ESPO on behalf of ESPO and YPO is seeking to establish a national framework agreement for the provision of Cash/Valuables Collection and Cash/Valuables in Transit (CViT) Services. This will include cash/valuables collection and CViT services from premises or buildings and cash collection and cash in transit services from parking machines.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £50,000,000

two.2) Description

two.2.1) Title

Lot 1 - Cash/valuables collection and CViT services from premises or buildings

Lot No

1

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The framework scope covers the cash/valuables collection and cash/valuables in transit (CViT) services from premises or buildings. It includes next day deposit to a cash receiving facility, onward delivery to another collection point, processing charges and change float services.

two.2.5) Award criteria

Quality criterion - Name: Non-price / Weighting: 40

Price - Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.7 includes the option period.

two.2) Description

two.2.1) Title

Lot 2 - Cash collection and cash in transit services from parking machines

Lot No

2

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The framework scope covers cash collection and cash in transit services from parking machines. It includes next day deposit to a cash/cheque receiving facility, onward delivery to another collection point and processing charges.

two.2.5) Award criteria

Quality criterion - Name: Non-price / Weighting: 40

Price - Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.7 includes the option period.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-010304


Section five. Award of contract

Lot No

1

Title

Lot 1 - Cash/valuables collection and CViT services from premises or buildings

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

11 June 2024

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

BDI SECURITIES UK LIMITED

Unit G2 Hastingwood Trading Estate, Harbet Road, Edmonton, London, N18 3HT

Country

United Kingdom

NUTS code
  • UKI5 - Outer London – East and North East
Companies House

03042545

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

G4S CASH SOLUTIONS (UK) LIMITED

Chancery House, 6th Floor, St Nicholas Way, Sutton, Surrey, SM1 1JB

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Companies House

00354883

The contractor is an SME

No

five.2.3) Name and address of the contractor

KINGS ARMOURED SECURITY SERVICES LIMITED

24 The Parker Centre, Mansfield Road, Derby, Derbyshire, DE21 4SZ

Country

United Kingdom

NUTS code
  • UKF1 - Derbyshire and Nottinghamshire
Companies House

03159121

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

SECURITY PLUS LIMITED

Tolerant House, Bellringer Road, Trentham Lakes South, Stoke on Trent, Staffordshire, ST4 8GZ

Country

United Kingdom

NUTS code
  • UKG2 - Shropshire and Staffordshire
Companies House

01325489

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £25,000,000


Section five. Award of contract

Lot No

2

Title

Lot 2 - Cash collection and cash in transit services from parking machines

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

11 June 2024

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

BDI SECURITIES UK LIMITED

Unit G2 Hastingwood Trading Estate, Harbet Road, Edmonton, London, N18 3HT

Country

United Kingdom

NUTS code
  • UKI5 - Outer London – East and North East
Companies House

03042545

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

G4S CASH SOLUTIONS (UK) LIMITED

Chancery House, 6th Floor, St Nicholas Way, Sutton, Surrey, SM1 1JB

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Companies House

00354883

The contractor is an SME

No

five.2.3) Name and address of the contractor

KINGS ARMOURED SECURITY SERVICES LIMITED

24 The Parker Centre, Mansfield Road, Derby, Derbyshire, DE21 4SZ

Country

United Kingdom

NUTS code
  • UKF1 - Derbyshire and Nottinghamshire
Companies House

03159121

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

SECURITY PLUS LIMITED

Tolerant House, Bellringer Road, Trentham Lakes South, Stoke on Trent, Staffordshire, ST4 8GZ

Country

United Kingdom

NUTS code
  • UKG2 - Shropshire and Staffordshire
Companies House

01325489

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £25,000,000


Section six. Complementary information

six.3) Additional information

As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.

ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.

Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders information only.

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

The Strand

LONDON

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Information on deadlines(s) for review procedures can be found in Part 3, Chapter 6 of the Public Contracts Regulations 2015.