Tender

National Framework for Police Constable Entry Route Programmes

  • BlueLight Commercial Ltd

F02: Contract notice

Notice identifier: 2023/S 000-031251

Procurement identifier (OCID): ocds-h6vhtk-040e56

Published 23 October 2023, 4:21pm



Section one: Contracting authority

one.1) Name and addresses

BlueLight Commercial Ltd

5-8 The Sanctuary Lower Ground

LONDON

SW1P3JS

Email

mirheta.huremovic@bluelight.police.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.bluelight.police.uk

Buyer's address

https://sell2.in-tend.co.uk/blpd/publictenders

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://sell2.in-tend.co.uk/blpd/home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sell2.in-tend.co.uk/blpd/home

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

National Framework for Police Constable Entry Route Programmes

Reference number

BLC0133

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The requirement will be tendered via a multi-supplier framework, lotted by delivery model. There will be no restriction to the number of suppliers awarded under each lot. Suppliers may bid for either one or all lots. Framework participants (Police Forces) will be able to call off from the Framework Agreement.BlueLight Commercial are looking to establish a national framework which is bespoke for policing, to embed the new optimised curriculum and assessments for the Police Constable Degree Apprenticeship Programme and the Degree Holder Entry Programme. The College of Policing is managing the sharing of required curriculum and specification documents with higher education providers who are considering bidding. All HEIs are required to sign a Non-disclosure Agreement prior to documents being shared, the lead provider must hold Taught Degree Awarding Powers. For more information please contact  qualitystandardsassessment@college.police.uk.

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - PCDA Programme Joint Delivery Model

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 80300000 - Higher education services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 - PCDA Programme Joint Delivery Model

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Information to follow

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Lot 2 - DHEP Programme Joint Delivery Model

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 80300000 - Higher education services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 - DHEP Programme Joint Delivery Model

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Information to follow

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Lot 3 - PCDA Programme HEI Led Delivery Model

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 80300000 - Higher education services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 - PCDA Programme HEI Led Delivery Model

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Lot 4 - DHEP Programme HEI Led Delivery Model

Lot No

Lot 4

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 80300000 - Higher education services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 4 - DHEP Programme HEI Led Delivery Model

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 100

In the case of framework agreements, provide justification for any duration exceeding 4 years:

the framework agreement does not exceed 4 years

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 November 2023

Local time

12:00pm

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

Tender must be valid until: 20 February 2024

four.2.7) Conditions for opening of tenders

Date

22 November 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

British High Court of Justice

Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom