Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire
N/A
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
UK
Contact person: Katie Howell
Telephone: +44 01606362041
E-mail: katie.howell2@cheshire.police.uk
NUTS: UKD6
Internet address(es)
Main address: http://www.cheshire.police.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=52668&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=52668&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
Cheshire Safer Streets App
Reference number: CPA/SPU/1913P
II.1.2) Main CPV code
48900000
II.1.3) Type of contract
Supplies
II.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.
II.1.5) Estimated total value
Value excluding VAT:
300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72260000
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
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
II.2.5) Award criteria
Criteria below:
Quality criterion: EQ1 - Ability to deliver
/ Weighting: 25%
Quality criterion: EQ2 - Project Team
/ Weighting: 10%
Quality criterion: EQ3 - Engagement
/ Weighting: 15%
Quality criterion: EQ4 - Value for money
/ Weighting: 20%
Quality criterion: EQ5 - Legacy/Social Value
/ Weighting: 10%
Quality criterion: EQ6 - Demo
/ Weighting: 20%
Quality criterion: EQ7 - IT/Data Security assessment Pass/Fail
/ Weighting: 0%
Cost criterion: See evaluation question 4 - Value for money
/ Weighting: 0%
II.2.6) Estimated value
Value excluding VAT:
300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
17/11/2022
End:
30/09/2023
This contract is subject to renewal: Yes
Description of renewals:
The contract will have the facility to be extended up to 30/09/25.
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:
The contract will have the facility to be extended up to 30/09/25.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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 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:
20/10/2022
Local time: 10:00
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:
20/10/2022
Local time: 10:00
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 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
16/09/2022