Contract notice

Information

Published

Expire date: 30/09/2022

External Reference: 2022-559844

FTS Reference: 2022-024546

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Cheshire Constabulary/Police and Crime Commissioner for Cheshire
N/A
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
UK
Contact person: Helen Elliott
Telephone: +44 1606362063
NUTS code:  UKD6 -  Cheshire
Internet address(es):
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=51867&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Enhancing Sexual Violence Education in Cheshire – High Schools – Safer Streets 4 (Primary)
Reference number:  CPA/SPU/1910
II.1.2)

Main CPV code

80000000  -  Education and training services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Police and Crime Commissioner for Cheshire is hoping to attract a nationally recognised provider working to prevent Violence Against Women and Girls to deliver a behavioural change programme across 72 high schools in Cheshire East, Cheshire West and Chester and Halton as part of the Safer Streets 4 scheme. (A previous contract delivered under the Safer Streets 3 scheme covered 20 high schools in Warrington and the University of Chester).
This process is to identify a provider to work with the Police and Crime Commissioner for Cheshire to deliver innovative solutions in support of the Safer Streets 4 programme in Cheshire. The successful; supplier will work with the Local Authorities of Cheshire West and Chester, Cheshire East and Halton.
II.1.5)

Estimated total value

Value excluding VAT: 900000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

80200000  -  Secondary education services
80310000  -  Youth education services
80320000  -  Medical education services
80330000  -  Safety education services
80340000  -  Special education services
II.2.3)

Place of performance

NUTS code:  UKD6 -  Cheshire
Main site or place of performance:  
Cheshire Constabulary Policing Area
II.2.4)

Description of the procurement

The Police and Crime Commissioner for Cheshire is hoping to attract a nationally recognised provider working to prevent Violence Against Women and Girls to deliver a behavioural change programme across 72 high schools in Cheshire East, Cheshire West and Chester and Halton as part of the Safer Streets 4 scheme. (A previous contract delivered under the Safer Streets 3 scheme covered 20 high schools in Warrington and the University of Chester).
This process is to identify a provider to work with the Police and Crime Commissioner for Cheshire to deliver innovative solutions in support of the Safer Streets 4 programme in Cheshire. The successful; supplier will work with the Local Authorities of Cheshire West and Chester, Cheshire East and Halton.
It is anticipated the successful provider will be recognised leader in this field commensurate with the ambition of this programme which is to set the standard for national good practice in the delivery of age-appropriate sexual abuse educational inputs to children to promote future safety whilst ensuring a healthy culture is developed (behavioural change). It is anticipated the provider will have a proven track record of delivery in this business area.
The timescales for the delivery of this programme are challenging as such it is anticipated that the successful provider and indeed applicants will already have aspects of this programme ready for delivery with reasonable adjustments or have the expertise available to quickly use that knowledge to develop the relevant aspects. This needs to be ready within 4 weeks of award (Oct 2022) implementation and for completion by Sept 2023.
The contract will have the facility to be extended up to 31st March 2026 to cover additional educational arenas, subject to funding availability.
Full details can be found within the Online ITT – which is constructed as an online questionnaire with supporting files in the document folder.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Evaluation Question 1 - Ability to Deliver  /  Weighting:  35%
Quality criterion  -  Name:  Evaluation Question 2 - Project Team  /  Weighting:  15%
Quality criterion  -  Name:  Evaluation Question 3 - Engagement  /  Weighting:  20%
Quality criterion  -  Name:  Evaluation Question 4 - Value for Money  /  Weighting:  20%
Quality criterion  -  Name:  Evaluation Question 5 - Legacy/Social Value  /  Weighting:  10%
Cost criterion  -  Name:  See Evaluation Question 4 - Value for Money  /  Weighting:  0%
II.2.6)

Estimated value

Value excluding VAT: 9000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 18/10/2022  /  End: 30/09/2023
This contract is subject to renewal: yes
Description of renewals:  
The contract will have the facility to be extended up to 31st March 2026 to cover additional educational arenas, subject to funding availability.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The contract will have the facility to be extended up to 31st March 2026 to cover additional educational arenas, subject to funding availability.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

The Budget for the initial period of this contract is approx. £500,000, the contract notice has value has been set at £900,00 to provide the facility to be extended up to 31st March 2026 to cover additional educational arenas, subject to funding availability.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As set out in the tender documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the 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:  30/09/2022
Local time:  10:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  30/09/2022
Local time:  10:00
Place:  
Tenders will be opened electronically in the Bluelight e-tendering system
Information about authorised persons and opening procedure:  
Tenders will be opened electronically in the Bluelight e-tendering system

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Manchester
UK