Section one: Contracting authority
one.1) Name and addresses
Cheshire Constabulary/Police and Crime Commissioner for Cheshire
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
Contact
Helen Elliott
helen.elliott@cheshire.police.uk
Telephone
+44 1606362063
Country
United Kingdom
Region code
UKD6 - Cheshire
National registration number
N/A
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/33132
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=51867&B=BLUELIGHT
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Enhancing Sexual Violence Education in Cheshire – High Schools – Safer Streets 4 (Primary)
Reference number
CPA/SPU/1910
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.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
two.2.3) Place of performance
NUTS codes
- UKD6 - Cheshire
Main site or place of performance
Cheshire Constabulary Policing Area
two.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.
two.2.5) Award criteria
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%
two.2.6) Estimated value
Value excluding VAT: £9,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 October 2022
End date
30 September 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.
two.2.10) Information about variants
Variants will be accepted: No
two.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.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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
three.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
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
30 September 2022
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
30 September 2022
Local time
10:00am
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 six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court
Manchester
Country
United Kingdom