Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police and Crime Commissioner for Cheshire
N/A
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
UK
Contact person: Helen Elliott
Telephone: +44 1606362063
E-mail: helen.elliott@cheshire.police.uk
NUTS: UKD6
Internet address(es)
Main address: http://www.cheshire-pcc.gov.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/33132
I.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=82868&B=BLUELIGHT
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=82868&B=BLUELIGHT
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Citizen Assemblies
Reference number: CPA/SPU/2366
II.1.2) Main CPV code
79320000
II.1.3) Type of contract
Services
II.1.4) Short description
We are looking for a provider to enable the Office of the Police & Crime Commissioner (OPCC) to host an innovative public engagement event in the form of a citizen assembly.
The purpose of the assembly will be to seek the views of a randomly selected representative sample of the population on the issue of policing in their area. This is part of the Commissioner’s plan to better understand the community’s feelings about the policing of their local area. He wants to give communities a voice in better informing how we police and believes that hosting a Citizens’ Assembly will help him do this.
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79311000
79311300
79315000
II.2.3) Place of performance
NUTS code:
UKD6
Main site or place of performance:
Cheshire. CW7 2UA
II.2.4) Description of the procurement
We are looking for a provider to enable the Office of the Police & Crime Commissioner (OPCC) to host an innovative public engagement event in the form of a citizen assembly.
The purpose of the assembly will be to seek the views of a randomly selected representative sample of the population on the issue of policing in their area. This is part of the Commissioner’s plan to better understand the community’s feelings about the policing of their local area. He wants to give communities a voice in better informing how we police and believes that hosting a Citizens’ Assembly will help him do this. The successful provider will facilitate the citizens assembly, which will be used to inform future plans for engagement as well as inform the ongoing development of the Commissioner’s Police & Crime Plan. The provider will include all the related administration to identify the audience and interact with them, facilitating the event, as well as assisting in the development of the assembly’s recommendations.
Full details of the requirements can be found in the Specification which is available within the on-line tender on the Bluelight e-tendering portal.
This contract is being advertised through an Open Above Threshold tender process in accordance with the Public Contract Regulations 2015. This contract is only initially for the first pilot event and is anticipated to be for the period from award through to 31 March 2025. If the pilot is successful, there will be an option(s) to extend to cover further events to be organised with the same provider in increments of not less than 6 months up to 31 March 2028. It is anticipated that the response to this initial tender will focus on the holding of the pilot event, with some indicative costings (rate card) for further events if they were to be arranged.
Full details can be found within the Online ITT within the Bluelight e-tendering portal – which is constructed as an online questionnaire with supporting files in the document folder.
II.2.5) Award criteria
Criteria below:
Quality criterion: EQ1 - Ability to Deliver
/ Weighting: 30%
Quality criterion: EQ2 - Engagement
/ Weighting: 10%
Quality criterion: EQ3 - Project Team/Governance
/ Weighting: 10%
Quality criterion: EQ4 - Legacy/Social Value
/ Weighting: 10%
Price
/ Weighting:
PQ1 - 40%
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
21/08/2024
End:
31/03/2025
This contract is subject to renewal: Yes
Description of renewals:
This contract is only initially for the first pilot event and is anticipated to be for the period from award through to 31 March 2025. If the pilot is successful, there will be an option(s) to extend to cover further events to be organised with the same provider in increments of not less than 6 months up to 31 March 2028.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
This contract is only initially for the first pilot event and is anticipated to be for the period from award through to 31 March 2025. If the pilot is successful, there will be an option(s) to extend to cover further events to be organised with the same provider in increments of not less than 6 months up to 31 March 2028.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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
III.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 required:
As set out in the tender documents
III.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 required:
As set out in the tender documents
III.2) Conditions related to the contract
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/07/2024
Local time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
22/07/2024
Local time: 16:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
21/06/2024