Tender

Cheshire Safer Streets App

  • Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire

F02: Contract notice

Notice identifier: 2022/S 000-026116

Procurement identifier (OCID): ocds-h6vhtk-036941

Published 16 September 2022, 4:37pm



Section one: Contracting authority

one.1) Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire

Headquarters, Clemonds Hey, Oakmere Road,

Winsford, Cheshire

CW7 2UA

Contact

Katie Howell

Email

katie.howell2@cheshire.police.uk

Telephone

+44 01606362041

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=52668&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=52668&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

Cheshire Safer Streets App

Reference number

CPA/SPU/1913P

two.1.2) Main CPV code

  • 48900000 - Miscellaneous software package and computer systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Police and Crime Commissioner for Cheshire are hoping to attract a recognised provider to deliver innovative solutions in support of the Safer Streets 4 programme in Cheshire. The successful supplier will work with Cheshire Constabulary and the Police and Crime Commissioner to develop a Safer Streets App for use by the communities of Cheshire. 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 IT solutions that meet the identified needs of vulnerable people/ and wider community across Cheshire. 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 a range of products that either meet the needs of this specification or can be easily and swiftly adapted to do so in a short time frame.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72260000 - Software-related services

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire
Main site or place of performance

Cheshire. CW7 2UA

two.2.4) Description of the procurement

The Police and Crime Commissioner for Cheshire are hoping to attract a recognised provider to deliver innovative solutions in support of the Safer Streets 4 programme in Cheshire. The successful supplier will work with Cheshire Constabulary and the Police and Crime Commissioner to develop a Safer Streets App for use by the communities of Cheshire.

The Police and Crime Commissioner for Cheshire hope to attract a provider already working in this area with an understanding of the issues associated with Violence Against Women and Girls; we expect the eventual supplier to have a proven record of delivery in this area; developing innovative technical solutions to assist victims in Cheshire and to make people feel safer.

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 IT solutions that meet the identified needs of vulnerable people/ and wider community across Cheshire.

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 a range of products that either meet the needs of this specification or can be easily and swiftly adapted to do so in a short time frame. This needs to be ready for an November 2022 implementation and for completion by September 2023 at the absolute latest.

The intention is to design a public safety app that can be promoted across Cheshire with a basic and enhanced level of functionality.

This procurement is being conducted under the Above Threshold Open Procedure. Full details can be found within the Online ITT – which is constructed as an online questionnaire with supporting files in the document folder. Contract Notices are published to the Find a Tender Service and Contracts Finder

two.2.5) Award criteria

Quality criterion - Name: EQ1 - Ability to deliver / Weighting: 25%

Quality criterion - Name: EQ2 - Project Team / Weighting: 10%

Quality criterion - Name: EQ3 - Engagement / Weighting: 15%

Quality criterion - Name: EQ4 - Value for money / Weighting: 20%

Quality criterion - Name: EQ5 - Legacy/Social Value / Weighting: 10%

Quality criterion - Name: EQ6 - Demo / Weighting: 20%

Quality criterion - Name: EQ7 - IT/Data Security assessment Pass/Fail / Weighting: 0%

Cost criterion - Name: See evaluation question 4 - Value for money / Weighting: 0%

two.2.6) Estimated value

Value excluding VAT: £300,000

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

Start date

17 November 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 30/09/25.

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 30/09/25.

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 funding for the initial period of this contract is £200k, the contract notice value has been set at £300k to cover additional expenditure linked to the options to extend up to 30/09/25 should this be required.


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

three.2) Conditions related to the contract

three.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 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

20 October 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

20 October 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