Tender

Enhancing Sexual Violence Education in Cheshire – High Schools – Safer Streets 4 (Primary)

  • Cheshire Constabulary/Police and Crime Commissioner for Cheshire

F02: Contract notice

Notice identifier: 2022/S 000-024546

Procurement identifier (OCID): ocds-h6vhtk-036508

Published 2 September 2022, 6:13am



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

Email

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

http://www.cheshire.police.uk

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