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
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
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