crawley borough council tender for … · details of any statutory hse improvement/prohibition...

4

Click here to load reader

Upload: ngonguyet

Post on 30-Jul-2018

212 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CRAWLEY BOROUGH COUNCIL TENDER FOR … · details of any Statutory HSE improvement/prohibition notices served or convictions for offences under Health & Safety legislation during

1

CRAWLEY BOROUGH COUNCIL

TENDER FOR WATERCOURSE AND DRAINAGE MAINTENANCE (GRILL CLEARANCE & EMERGENCY WORKS)

SELECTION CRITERIA FOR PRE-QUALIFICATION QUESTIONNAIRE

Company’s will need to meet the minimum Selection Criteria as listed below before being considered for invitation to tender for Watercourse and Drainage Maintenance (Grill Clearance & Emergency Works). Stage 1 – Qualification This Stage will be assessed on a Pass / Fail basis. Company’s will need to meet these minimum criteria in order to progress to Part 2 of the PQQ evaluation. 1. Organisation Identity – this section deals with your company’s details

including Offices etc 2. Organisation Information – this section deals with your company’s

registration details, directors and organisational setup 3. Professional and Business Standing – this section is a mandatory

requirement as required by Regulation 23 of the Public Contracts Regulations 2006 (SI 2006 No 5). Regulation 23 sets out the grounds on which a services provider may be deemed ineligible to tender which are primarily around criminal activity and fraud. Company’s must be rejected at PQQ stage where the company or any of its directors: • is in a state of bankruptcy insolvency compulsory winding up,

administration, receivership, composition with creditors or any analogous state, or subject to relevant proceedings;

• has been convicted of a criminal offence related to business or

professional conduct; • has committed an act of grave misconduct in the course of business; • has not fulfilled obligations relating to payment of social security

contributions; • has not fulfilled obligations relating to payment of taxes; • is guilty of serious misrepresentation in supplying information required by

the Authority under the Regulations; • is not in possession of a licence or not a member of the appropriate

organisation where the law of that State requires it;

Page 2: CRAWLEY BOROUGH COUNCIL TENDER FOR … · details of any Statutory HSE improvement/prohibition notices served or convictions for offences under Health & Safety legislation during

2

or • subject to paragraphs (7), (8) and (9) of Regulation 23, is not registered

on the professional or trade register of the relevant State specified in Schedule 6 (of the Public Contract Regulations 2006) in which established.

NOTE: Further information is available on this matter from the Office of Government Commerce (OGC) web site (www.ogc.gov.uk).

4. Financial Information – an assessment of the company’s accounts to determine financial strength and capacity to undertake the contract standing. The information reviewed shall include:

• Have a minimum turnover of £150,000 per annum, a significant proportion (at least 75%) of which should be on the provision of Reactive Maintenance and Minor Repairs within Office and Community Buildings.

• The trading history of the company, which should have been established for a minimum of 3 years

5. Insurance – the company should have appropriate levels of Employer’s Liability and Product Liability Insurance cover of £10 million. Note: Applicants will be considered if their current cover levels are below those required providing that the applicant agrees to increase the level of cover if subsequently awarded a contract.

6. Health & Safety – evidence of your company’s Health & Safety Policy, and details of any Statutory HSE improvement/prohibition notices served or convictions for offences under Health & Safety legislation during the last 3 calendar years.

7. Environmental Management Information – evidence of your company’s environmental policies that are in place.

8. Business Continuity – evidence of your company’s systems/procedures for dealing with business continuity.

Page 3: CRAWLEY BOROUGH COUNCIL TENDER FOR … · details of any Statutory HSE improvement/prohibition notices served or convictions for offences under Health & Safety legislation during

3

Stage 2 –Technical This Stage will be assessed using a scored evaluation model. Company’s that successfully met the minimum requirements detailed in Stage 1 will have their responses evaluated against the criteria detailed below.

9. Quality Management System - evidence of the Quality Assurance procedures your company has in place that are appropriate to the requirement. This will be based on the evidence provided in your response to the questions detailed in the PQQ.

10. Business & Technical Capability – an assessment of the supplier’s

knowledge, technical ability and past experience in the provision of the requirement detailed in the draft specification. This will be based on the evidence provided in response to the questions detailed in the PQQ.

Your response to each Stage 2 question must be no more than 2 sides of A4 using font: Ariel 11. Information that is included over and above 2 sides of A4 will not be considered as part of your answer, and may therefore have a negative impact on your score. Please ensure you insert the question number at the top of each page of your response. Each question has a different weighting which is shown in the far right column of the PQQ document. Each question response will be marked as detailed in the table below and the score multiplied by the question weighting. Assessment of responses to Stage 2 questions

SCORE CLASSIFICATION DEFINITION

0 Unacceptable No response, or totally unacceptable and does not meet the

requirement in any way.

1-2 Inadequate

Substantially unacceptable and does not meet the councils’

expectations in some significant areas. Considerable

reservations of the Tenderer’s relevant ability, understanding,

experience, skills, resources and quality measures to provide

the service required.

3-4 Weak

Weak response that does not fully meet the councils’

requirements. Response may be minimal with little or no detail

or evidence given to support and demonstrate sufficiency or

compliance. Some minor reservations of the Tenderer’s

relevant ability, understanding, experience, skills, resources and

quality measures to provide the service required.

5-6 Satisfactory Response largely covers the councils’ requirements and some,

but patchy or brief, evidence is given to support the answers.

Page 4: CRAWLEY BOROUGH COUNCIL TENDER FOR … · details of any Statutory HSE improvement/prohibition notices served or convictions for offences under Health & Safety legislation during

4

7-8 Good

Criteria in the specification are met and evidence is provided to

support the answers demonstrating sufficiency, compliance and

either actual experience or a process of implementation.

9-10 Excellent

Exceptional response that inspires confidence; specification is

fully met and is robustly and clearly demonstrated and

evidenced. Full evidence as to how the service will be achieved

is provided, either by demonstrating past experience or through

a clear process of implementation. Response may also identify

factors that will offer potential added value, and with evidence to

support this.

I look-forward to receiving your application which should be fully completed, with all relevant additional information securely attached, and returned to Crawley Borough Council offices by midday 18th August 2010. Applications received after this date may not be accepted. It is expected that no more than 6 No. applicants will be invited to tender.