thurrock council - invitation to tender ps/2018/182€¦  · web viewinvitation to tender....

50
INVITATION TO TENDER INSTRUCTIONS TO TENDER ARCHITECTURAL SERVICES PS/2018/182 1

Upload: others

Post on 28-May-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

INVITATION TO TENDER

INSTRUCTIONS TO TENDER

ARCHITECTURAL SERVICES

PS/2018/182

1

Page 2: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

CONTENTS

1. SUMMARY CONTRACT DETAILS............................................................................................4

2. DEFINITIONS.............................................................................................................................4

3. INTRODUCTION........................................................................................................................4

4. PROCUREMENT.......................................................................................................................5

5. PROGRAMME...........................................................................................................................5

6. INSTRUCTIONS TO TENDERERS...........................................................................................5

6.1 INVITATION TO TENDER..............................................................................................................56.2 FURTHER INFORMATION.............................................................................................................66.3 EMAILS SENT THROUGH IN-TEND..............................................................................................66.4 SUBMISSION OF TENDERS.........................................................................................................66.5 INFORMATION TO BE PROVIDED...............................................................................................66.6 GENERAL....................................................................................................................................... 76.7 TRANSPARENCY AGENDA AND THE PUBLISHING OF CONTRACTS......................................7

7. PROCUREMENT TIMETABLE..................................................................................................8

8. LEGAL ISSUES..........................................................................................................................8

8.1 THE CONTRACT............................................................................................................................ 88.2 TENDERING PROCESS................................................................................................................88.3 PERFORMANCE BOND AND/OR PARENT COMPANY GUARANTEE........................................98.4 EQUAL OPPORTUNITIES.............................................................................................................98.5 FREEDOM OF INFORMATION......................................................................................................9

9. AWARD CRITERIA AND TENDER EVALUATION..................................................................10

9.1 AWARD CRITERIA SUMMARY............................................................................................................109.2 QUALITY CRITERIA.......................................................................................................................... 109.3 MARKING SCHEME.......................................................................................................................... 109.4 VARIANT PROPOSALS – NOT USED...............................................................................................119.5 TENDER EVALUATION PROCESS.......................................................................................................11

10. CLARIFICATIONS AND SITE VISITS..................................................................................11

10.1 PRE-SUBMISSION CLARIFICATION MEETINGS....................................................................................1110.2 SITE VISITS.................................................................................................................................... 12THESE WILL BE CONDUCTED AS PART OF THE PRE-SUBMISSION CLARIFICATION MEETINGS........................1210.3 Post-Submission Clarifications......................................................................................................12

APPENDICES

APPENDIX 1: TERMS AND CONDITIONS 13

APPENDIX 2: SCOPE OF SERVICES 14

APPENDIX 3: EVALUATION CRITERIA 18

APPENDIX 4: SELECTION Questionnaire (SQ) 19

APPENDIX 5: FORM OF TENDER 31

APPENDIX 6: ANTI-COLLUSION CERTIFICATE 32

APPENDIX 7: ANTI-CANVASSING CERTIFICATE 33

APPENDIX 8: PRICING SCHEDULE 34

APPENDIX 9: SITE LOCATION PLANS 352

Page 3: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

IMPORTANT NOTICE

This Invitation to Tender (“ITT”) has been prepared by Thurrock Council (“the Council”) for sole use by those Tendering for the Contract (“Tenderers”), their professional advisers, and other parties essential to preparing the Tender for the Contract.

The information contained in this ITT and all subsequent information and documents sent to you by the Council pursuant to this procurement must be treated as confidential and must not be disclosed to any third party. If you are unable to comply with this requirement you must destroy this ITT and all associated documents immediately and not retain any electronic or paper copies.

No warranties or opinions as to the accuracy or completeness of any information provided in, or which accompanies, this ITT or otherwise or as to the powers and/or status of the Council shall be given at any stage by the Council and any liability for any inaccuracy or incompleteness is therefore expressly disclaimed by the Council.

Any person considering making a decision to enter into contractual relationships with the Council or any other person on the basis of the information provided by or on behalf of the Council must make their own investigations and form their own opinion in relation to the status, completeness and accuracy of all such information and in relation to the status and/or powers of the Council.

Your attention is drawn to the fact that, by issuing this ITT, the Council is in no way committed to awarding any Contract and reserves the right to cancel the Tendering process at any point for any reason. The Council shall not be liable for any costs resulting from any cancellation of this Tendering process nor for any other costs incurred by those expressing an interest in or Tendering for this contract opportunity.

You are deemed to fully understand the process that the Council is required to follow under relevant European and UK legislation, particularly in relation to the Public Contracts Regulations 2015 (PCR 2015).

3

Page 4: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

1. SUMMARY CONTRACT DETAILS

Contract Description Architectural Services

Contract Period August 2018 to August 2021

Contact Point Any queries should be sent using the correspondence facility on the In-Tend system.

Closing Date 12 noon on 17th August 2018

Clarification Deadline 12 noon on 10th August 2018

2. DEFINITIONS2

“Contract” The contract to be entered into by the Council with the successful Tenderer.

“Contractor” The Tenderer selected to enter into the Contract with the Council

“Contract Period” The duration of the Contract

“Services” The services to be provided by the Contractor under the Contract

“Tender(s)” The proposal(s) submitted by the Tenderer(s) in response to this ITT

3. INTRODUCTION3

Thurrock Council is seeking to appoint a suitably qualified Architectural team to support its proposal to develop 2 housing schemes on separate sites in South Ockendon. It is anticipated that this phased commission will span the development and submission of proposals to gain planning consent and other statutory approvals, the development of detailed design and submission of planning applications (in conjunction and in consultation with the Council).

The Architectural team should include the following consultants as a minimum:

Architect Landscape Architect / Consultant

Sites 1 and 2 are shown within plans which are attached as Appendix 9 with both in a prominent location in central South Ockendon, and only ten minutes’ walk from the railway station. All housing will need to be compliant with code 4 or equivalent for completion by March 2020.

South Ockendon is a priority area for the Council; one of six designated Growth Hubs where the Council is focusing its regeneration activity on the creation of new homes and jobs and opportunities for local people.

We would expect the appointed team to conduct their own surveys for the site. Some limited work has already been completed on the proposals with a high level site

4

Page 5: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

layout/massing study being used to generate a similarly high level cost estimate. These have been used to secure the necessary approvals to allow the project to proceed.

The estimated development cost for the The Culver Centre site is in the region of £45m (including all fees, charges, build costs, contingency sums).

The estimated development cost for the Callan Grove site is in the region of £10m (including all fees, charges, build costs, contingency sums).

4. PROCUREMENT

Consultants are to design the project to RIBA Plan of Work Stage 4. The project will then be procured on a design and build basis using a JCT Design and Build Contract or similar to be agreed.

5. PROGRAMME

Key project milestones are as follows:-

Consultant Team appointed by w/c 14th September 2018

Planning application submitted by w/c 10th February 2019

This is indicative at present and is subject to change at the discretion of the Council should the Council wish to amend the procurement methodology.

6. INSTRUCTIONS TO TENDERERS

6.1 INVITATION TO TENDER

Please read this ITT carefully and ensure that you are fully familiar with the nature and extent of the obligations on you if your Tender is successful.

Only one Tender is permitted per Tenderer. If a Tenderer submits more than one Tender, only the one with the latest time and date of receipt noted will be evaluated, any other Tenders will be disregarded.

All documents submitted as part of your Tender must be written in English or a full English language translation provided at no cost to the Council. Only the translated English version will be evaluated.

All documents requiring a signature must be signed as follows:) Where the Tenderer is a company, by two directors or by a director and the secretary of the

company, provided that such persons are authorised for this role; or) Where the Tenderer is an individual, by that individual; or) Where the Tenderer is a partnership, by at least two duly authorised partners.

5

Page 6: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

Failure to provide all of the information required or to meet the requirements of this document may result in your Tender not being considered by the Council due to it being a non-compliant Tender.

6.2 FURTHER INFORMATION

If you have any questions or require any clarification please email using the correspondence facility on the In-Tend system no later than the Clarification Deadline. Questions received after the Clarification Deadline will not be answered. Tenderers are advised that it is solely their responsibility to ensure that clarification questions do not identify their organisation.

Tenderers are advised that under no circumstances must they make contact with the Council or their representatives concerning any aspects of this Tender process other than by the Council's procurement portal – In-tend. Failure to do this may result in disqualification from this Tender process.

Please note that any questions submitted and the Council’s responses may, at the Council’s discretion, be circulated to all Tenderers, subject to the Council accepting an assertion made by a Tenderer at the time of question submission that the subject matter of a question relates specifically to a Tenderer’s response and is therefore confidential.

The Council reserves the right to issue supplementary documentation at any time during the Tendering process to clarify or amend any aspect of the ITT or any of the documents referred to in the ITT. All such further documentation shall be deemed to form part of the ITT and shall supersede any part of the ITT to the extent indicated.

6.3 EMAILS SENT THROUGH IN-TEND

Tenderers must diligently monitor the inboxes of all registered email addresses for incoming messages from the Council throughout the tendering process and up until final contract award. The Council is not liable for any loss or damages resulting from a Tenderer overlooking email correspondence. Tenderers may be excluded from a tender process for not responding to the Council within the stipulated timescales.    

6.4 SUBMISSION OF TENDERS

Completed Tenders must be returned online via the In-Tend system. Fax, postal and email submissions will not be considered.

Failure to return your Tender in the correct manner may result in your exclusion from consideration for the Contract.

Tenderers must allow sufficient time before the Closing Date to upload and submit their Tender. The Council reserves the right to reject Tenders received after the Closing Date.

6.5 INFORMATION TO BE PROVIDED

Tenderers must provide the following information in their Tender. Failure to provide this information may result in your submission being disqualified.

Completed Response to Quality Evaluation Criteria (appendix 3) Completed Selection Questionnaire (appendix 4) Completed Form of Tender (appendix 5) Completed Anti-Collusion Certificate (appendix 6) Completed Anti-Canvassing Certificate (appendix 7) Completed Pricing Schedule (appendix 8)

6

Page 7: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

Please do not provide additional attachments or documents where not requested to do so. These will not be read and will not be taken into account in the evaluation of your Tender.

6.6 GENERAL

The Council may, at its absolute discretion, extend the tendering period and postpone or change the Closing Date, for any reason.

Tenderers must obtain for themselves, at their own expense, all information necessary for the preparation of their Tenders and must satisfy themselves that they fully understand the requirements of the Contract.

Whilst information included in this ITT has been prepared in good faith, it does not purport to be comprehensive or to have been independently verified. With the exception of statements made fraudulently, the Council does not accept any liability or responsibility for the adequacy, accuracy or completeness of such information. No officer, employee, agent of or any consultant engaged by the Council gives any undertaking, guarantee or warranty or make any representation (express or implied) in relation to this ITT or any other matter relating to the Contract.

Prior to the award of the Contract no publicity by Tenderers regarding this Tendering process or the Contract is permitted. Once the Contract has been awarded, in accordance with the Contract, no publicity is permitted without the prior written consent of the Council.

No alteration to the successful Tenderer’s position post award of the Contract will be accepted, unless this is due to external factors beyond the control of the Tenderer, is acceptable to the Council and is in accordance with any applicable legislation.

The Council reserves the right to disqualify any Tenderer whose circumstances change to the extent that the Tenderer ceases to meet the qualification criteria in the Questionnaire, or who makes material changes to any aspect of its Tender, unless substantial justification can be provided to the satisfaction of the Council and such change is in accordance with applicable legislation.

Subject to the Council’s legal and regulatory obligations from time to time and Freedom of Information, the Council will respect the confidentiality of each Tenderer’s work and will not disclose any aspect of their submission to another Tenderer, save that the Council reserves the right to inform all Tenderers in identical terms if an issue of general application to the tendering process emerges by way of clarification or otherwise.

6.7 TRANSPARENCY AGENDA AND THE PUBLISHING OF CONTRACTS

The Tenderer in submitting its Tender will agree that it will assist, if required, the Council in complying with its obligations under the government's transparency agenda, which requires the Council to publish the Selection Questionnaire and the ITT and the text of the contract documentation to be signed with the winning Tenderer (the Contract), and the Tenderer gives its consent for the Council to publish the text of the Contract, and any schedules to the Contract in its entirety, including from time to time agreed changes to the Contract, to the general public in whatever form the Council decides.

The Tenderer in submitting its Tender will acknowledge that, except for any information which is exempt from disclosure in accordance with the provisions of the Freedom of Information Act the text of the Contract, and any schedules to the Agreement, is not confidential information. The Council shall be responsible for determining in its absolute discretion whether any part of the Contract or its schedules is exempt from disclosure in accordance with the provisions of the Act.

7

Page 8: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

7. PROCUREMENT TIMETABLE

The proposed timetable below is subject to change and is provided by way of guidance only. The Council reserves the right to amend this timetable at its absolute discretion at any time during the tendering process.

KEY EVENT DATEITT Publication 10th July 2018Deadline for clarification requests 12 noon on 10th August 2018 Closing date for Tender submissions 17th August 2018Notification of result of evaluation 31st August 2018Standstill Period 10 daysExpected date of award of Contract 10th September 2018Contract Commencement 14th September 2018

The design team should be prepared to defer the start date as necessary. The above dates for the duration of the design phase and construction phase of the works are estimates and there will be no additional payments to the design team should the actual duration of these phases of the project take longer than that indicated above.

Information provided within these documents have not been made available to anyone outside of this organisation and therefore should remain confidential, and are not to be used for any other purpose other than to provide a valid tender/bid as requested.

8. LEGAL ISSUES 8

8.1 THE CONTRACT

The contractual terms required by the Council are as set out in appendix 2.

Tenderers may not propose amendments to the Contract. If Tenderers wish to seek clarification in relation to any provision of the Contract, they should do so by asking a clarification question and submitting that question in accordance with Section 6.22 of this ITT. Tenderers should note that responses to clarification questions may be provided to all Tenderers.

The consultant will submit a bid for services up to and including RIBA Plan of Work Design Stage 3.  A further fee for monitoring the design and works from Stage 4 onwards will be submitted but does not form part of this tender.  The client reserves the right to novate the consultant at Stage 4 to the Design and Building Contractor.

8.2 TENDERING PROCESS

This tendering process and the subsequent Contract to be entered into will be subject to English law and the exclusive jurisdiction of the English Courts.

This procurement follows the Open procedure under the PCR 2015 and the Council cannot enter into any negotiations on the Contract.

8

Page 9: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

Contract award will be conditional on the Contract being approved in accordance with the Council’s internal procedures and the Council being generally able to proceed.

The Council will observe the statutory Standstill Period between the date notifications are sent to candidates that the Council intends to award the Contract and the date it is proposed to enter into the Contract.

After confirmation of Contract award to the successful Tenderer(s) and until the execution of the Contract, the Tender (as accepted by the Council) will form a binding contract between the Council and the successful Tenderer(s) upon the terms and conditions of the Contract.

8.3 PERFORMANCE BOND AND/OR PARENT COMPANY GUARANTEE

The Council reserves the right to require the successful Tenderer to provide, as security for the performance of the Contract, a performance bond, and/or may require the parent company of the successful Tenderer to guarantee the performance of the Contract. Should the Council require such security it will be a condition of appointment that you have confirmed in your Tender that the Form of Performance Bond and Parent Company Guarantee set out in Appendices are acceptable and that you undertake to procure the delivery of such duly executed and valid agreements as are required by the Council at the same time as the Contract.

8.4 EQUAL OPPORTUNITIES

The Council is an equal opportunities employer and has various statutory duties to ensure that its services are delivered in a way that promotes equality and eliminates discrimination; in particular the Council must adhere to equality legislation.

The Council also expects that the successful Tenderer will promote equality, comply fully with all UK equality legislation or European equivalent, have an equalities policy and be an equal opportunities employer at all times during the Contract.

8.5 FREEDOM OF INFORMATION

In addition to the Council’s commitment to public disclosure, transparency and accountable government, Tenderers should note that the Council is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR). This means that, subject to certain exemptions, an individual may request access to any information held by the Council and the Council may disclose the information sought. This may include information on a Tender or details relating to the procurement process.

If you consider that any specific information supplied by you is either commercially sensitive or confidential in nature, please clearly state this in your Tender and mark it as such. You must also give us the reasons for the sensitivity or confidentiality. Block marking of whole Tender submissions is not acceptable. Please note, however, that the Council may still be required to disclose such information in accordance with FOIA or EIR.

The Council will endeavour to consult with you prior to making its decision on whether to disclose under FOIA or EIR information you have identified as commercially sensitive or confidential.

If you are unsure as to the Council’s obligations under FOIA and EIR regarding the disclosure of commercially sensitive or confidential information please seek independent legal advice.

9

Page 10: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

9. AWARD CRITERIA AND TENDER EVALUATION

9.1 Award Criteria Summary

In accordance with the Council’s Contract Procedure Rules and the PCR 2015 Regulation (67) the Council seeks to award the contract on the basis set out below. Tenders will be evaluated in accordance with the following criteria:

CRITERIA WEIGHTING DEMONSTRATED BY

Price 30%

Price submitted by Tenderer in appendix 8 (pricing schedule), where lowest cost Tenderer shall receive 30% and all other scores shall be allocated according to their difference from the lowest price, using the formula:

30% x (lowest price of all Tenderers / Tendered price)

Quality 70%

Each criterion will be marked using the allocated marks (See Appendix 3 for the evaluation criteria).

9The Council does not undertake to accept the lowest or any Tender and reserves the right to accept the whole or any part of any Tender submitted.

Where the pricing of a Tender is abnormally low the Council reserves the right to reject the Tender in accordance with the requirements for further investigation under the PCR 2015.

9.2 Quality Criteria

Tender responses for quality criteria will be evaluated according to the table set out in Appendix 4

Tenderers must enter their response to the below evaluation criteria in appendix 4.

9.3 Marking Scheme

Where indicated, responses to quality criteria will be scored in line with the following marking scheme:

USING A 0-5 MARKING SCHEME

0 Unacceptable Response – No information provided or response does not address the requirement.

1Poor Response – The response contains material omissions and / or is supported by limited evidence / examples. Major concerns that the Tenderer has the potential to deliver / that they have failed to meet a reasonable standard.

2Fair Response – The response contains some omissions and / or is not well supported by evidence / examples. Some concerns about the Tenderer’s ability to deliver / that they have failed to meet a reasonable standard.

3

Good Response – There is adequate detail / supporting examples giving a reasonable level of confidence in the Tenderer’s experience and ability. The Tenderer appears to have the potential to deliver as required / has met a reasonable standard and there are only minor concerns about the Tenderer’s experience.

4Very Good Response – The level of detail / supporting examples gives a high level of confidence in the Tenderer’s experience and ability. The Tenderer clearly has the potential to deliver and / or has clearly met an acceptable standard.

10

Page 11: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

5

Excellent Response – A comprehensive well evidenced submission, clearly demonstrating expertise and knowledge incorporating value added benefits/social value attributes & other points of innovation. The response is deemed to offer little or no risk and fully captures the understanding of the steps involved to deliver the aspects of the question posed, giving a very high level of confidence in the Tenderer’s experience and ability.

Individual evaluators will mark using whole numbers only (i.e. 0, 1, 2, 3, 4, 5). Half numbers (i.e. 0.5, 1.5, 2.5, 3.5, 4.5) or any other number format will not be used.  

Tenderers are advised that in some cases their final mark may not be a whole number, due to the process of averaging marks provided by individual evaluators.       

9.4 Variant Proposals – NOT USED

9.5 Tender Evaluation Process

The evaluation process will follow the below stages:

Stage 1: Receipt and Opening

Tenders will be downloaded from In-Tend after the Closing Date.

Stage 2: Compliance Check

Each Tender will be checked for compliance with the requirements of this ITT. Tenders which are not substantially complete or which are non-compliant with the ITT may be excluded from further participation in the evaluation process or, at the Council’s discretion; Tenderers may be asked to provide clarification. In the case of the latter, a failure by the Tenderer to provide a satisfactory response within the deadline specified in the request for clarification may result in disqualification from the evaluation process. The Council reserves the right to evaluate Tenders before declaring them non-compliant.

Stage 3: Evaluation of Tender Responses

Price and quality evaluation will be carried out in accordance with the published evaluation criteria

Stage 4: Score Review

Review of quality and price scores

Stage 5: Final Evaluation Report and Recommendation

A final evaluation report will be completed, recommending award.

10. CLARIFICATIONS AND SITE VISITS10

10.1 Pre-Submission Clarification Meetings

Tenderers may have the opportunity to attend a clarification meeting with the Council [date to be arranged] At this meeting Tenderers will be able to meet with the Council to clarify any queries relating to the ITT documentation. Any issues raised at the meeting which are not commercially confidential will be shared with the other Tenderers.

11

Page 12: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

Tenderers should register attendance, including the names and job titles of those who will be attending, via the correspondence facility on In-Tend by [date to be arranged].

10.2 Site Visits

These will be conducted as part of any Pre-Submission Clarification Meeting that maybe arranged

10.3 Post-Submission Clarifications

During the evaluation period, the Council reserves the right to seek further information from the Tenderers to assist in its consideration of the Tenders. These may take the form of post-submission clarification meetings, written clarifications or both.

12

Page 13: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

APPENDIX 1: TERMS AND CONDITIONS

Form of Appointment JCT Consultancy Agreement (Public Sector) (CA) 2016

Professional Indemnity Insurance Level £10,000,000

Public Liability Insurance Level £5,000,000

Employers Liability Insurance Level £5,000,000

Below is the link to the JCT Term and Conditions:

https://www.jctltd.co.uk/product/consultancy-agreement-public-sector

13

Page 14: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

APPENDIX 2: SCOPE OF SERVICES

Thurrock Council seeks to engage a suitably qualified Architect. The Architect and their team is required to deliver the services as detailed in the RIBA Plan of Works 2013. It is requested that all works are completed up to and including RIBA Stage 4 see schedule 2 below.

The Standard Services Architect

The Consultant shall carry out the Standard Services listed below and all such other services as are reasonably incidental to or reasonably flow from those set out or could reasonably be expected from a competent consultant experienced in providing Architect services on projects of a similar nature to the Works:

The Standard Services are divided into separate stages but such division shall not affect the Consultant's obligation to provide the Standard Services as and when necessary in accordance with this deed.

Any capitalised words in these Standard Services shall have the same meaning attributed to them as defined in this deed or the Building Contract as the context so admits.

Stage 1 – Appraisal

Discuss the Client's requirements (cost, timescale and quality), obtain a draft copy of the Project Brief from the Client or outline proposals; assess these, and general advice on how to proceed.

Assist the Client with working towards “2012 Construction Commitments” in relation to the Project.

Obtain from the Client information on ownership and any lessors and lessees of the site, any existing buildings on the site, boundary fences and other enclosures, and any known easements, encroachments, underground services, rights of way, rights of support and other relevant matters.

Obtain information as to the planning and highways status of the site. Visit the site with the Client and carry out an initial appraisal. Comply with the CDM Regulations in so far as they relate to this appointment and act as

'designer' pursuant to the CDM Regulations. Identify and manage risks for the carrying out of the Services to meet the Client's

requirements performance of the Services. Advise on the need for Other Consultants’ to carry out services in respect of these services

and provide details of the extent and nature of the services required from the Other Consultants.

Advise on the need for Specialist Contractors, Sub-contractors, and Suppliers to design and execute part of the Works.

Prepare and maintain a work stage programme[s] for performance of the Services. Be pro-active in the “partnering relationship” by attending and participating in meetings and

workshops.

14

Page 15: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

Stage 2 – Design Brief

Carry out such studies as may be necessary to determine the feasibility of the Client’s requirements; prepare in outline for discussion with the Client alternative design concepts and layouts; advise as to approaches to design and construction and their cost and time implications; revise and develop one or more of such schemes until the Client's approval of a scheme is obtained.

Discuss planning and traffic considerations with the planning and highways authorities. Advise on the need to obtain planning permissions, approvals under the current Building

Acts and Regulations, and other similar statutory requirements. Attend as necessary any initial design team meetings and workshops. Consider and advise as to the environmental implications of the Project during and after

construction. If required, prepare an Environmental Impact Assessment scoping report.

Stage 3 – Concept

With Other Consultants where appointed, analyse the Client’s requirements; prepare outline proposals and an approximation of the construction cost for the Client’s preliminary approval.

Ensure the design proposals comply with the `London Housing Design Guide’ (LHDG) and review/complete LHDG `Design Proforma’ as required at various stages of development throughout the Project (i.e. `A commitment to meet declared design standards’ / `Confirmation of the standards of an actual design’ / `Confirmation of the standards of a constructed development’).

Ensure the design proposals comply with the agreed level for the `Code for Sustainable Homes’ (CSH) assessment (by others) or equivalent as provided by the client and review as required at various stages of development throughout the Project.

Ensure the design proposals comply with the `Lifetime Homes’ (LTH) criteria or equivalent (if applicable) and review as required at various stages of development throughout the Project.

Arrange and attend with the Client any pre-application discussions with the planning and highways authorities (“pre-application meetings”).

Stage 4 – Design Development

With Other Consultants where appointed, develop a scheme design from the outline proposals, taking into account amendments requested by the Client; provide sufficient design information to provide an accurate cost estimate; where applicable, give an indication of possible start and completion dates for the Building Contract. The scheme design will illustrate the size and character of the Project in sufficient detail to enable the Client to agree the spatial arrangements, materials and appearance (including use of 3D visualisations and colour production of drawings).

Participate in value management and value engineering exercises. Carry out any redesign work the Client may request or as may be necessary to bring the

estimated cost of Works within an acceptable budget. With Other Consultants where appointed, advise the Client of the implications of any

subsequent changes on the cost of the Project and on overall programme. Prepare in co-ordination with the Client a comprehensive Design and Access Statement. Review proposals and confirm in writing compliance with the Clients Design Standards. Prepare and submit the relevant documentation for an application for planning permission. If required, conduct any necessary negotiations with the planning and highways authorities. If necessary, revise designs to obtain planning permission or other necessary statutory

consents. Provide sufficient architectural design, specifications and information from the approved

scheme design to enable the Employer’s Agent to compile an Employer’s Requirements

15

Page 16: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

document for the Project; co-ordinate and incorporate the designs from the Other Consultants.

Review the Client’s Employer’s Requirements document for the specification of materials, forms of construction and constitutional standards and amend accordingly (if required).

Prepare and provide to the CDM Co-ordinator such information as may be required relating to general and architectural matters for inclusion in the Pre-Construction Information Pack.

Participate in end of project review (“lessons learned”) and feedback.

Generally Architects will be appointed to cover stages 1-4 of the RIBA Plan of Work 2013. For clarity these stages are summarised below.

Stage 1 – Preparation and Brief

Develop an initial project brief identifying the client’s needs and objectives, business case, project outcomes, sustainability aspirations, project budget and possible constraints on development.

Assist with the preparation of feasibility studies and assessment of options to enable the Client to decide whether to proceed.

Stage 2 – Concept Design

Development of initial statement of requirements into the Design Brief by or on behalf of the Client confirming key requirements and constraints.

Prepare concept design, including outline proposals for structural design, building services systems, outline specifications and preliminary cost information along with relevant Project strategies in accordance with design programme.

Identification of procurement method, procedures, organisational structure and range of consultants and others to be engaged for the Project.

Agree alterations to brief and issue Final project brief.

Stage 3 – Developed Design

Implementation of Design Brief and preparation of additional data. Preparation of Developed Design including coordinated and updated proposals for

structural and building services systems and outline specifications, cost information and project strategies in accordance with design programme.

Review of procurement route. Prepare and submit application for detailed planning approval.

Stage 4 – Technical Design

Preparation of Technical Design in accordance with design responsibility matrix and project strategies to include all architectural, structural and building services information, specialist subcontractor design and specifications, in accordance with Design programme.

Completion of Project Brief. Prepare and submit application for detailed planning approval.

16

Page 17: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

Schedule 3

The Design Standards

Any changes to these Design Standards must be approved beforehand in writing by the Client as soon as possible. This shall not limit the Consultant's duty to carry out the Services outlined in this deed and the Consultant shall draw the Client’s attention to any conflict between these instructions and the Consultant's professional judgement.

Consisting of:

National Described Space Standards’ [March 2015]

Thurrock Council Design Strategy Document’

Thurrock Council’s Standard 'Employer's Requirements' dated December 2016

Building Regulations 2010

Thurrock Council’s Wheelchair Housing Design Standards

Interim planning Policy Guidance – Technical Housing Standards

London Housing Design Guide standards.

Building Regulations & Amended Regulations 2015

17

Page 18: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

APPENDIX 3: EVALUATION CRITERIA

Bidders shall respond to the questions as set out in this document.

Page limits are provided for each question where appropriate and bidders are required to use Arial Font 11 format. Responses that exceed the page limit will only be scored up to the page limit point. Any request for additional documentation such as Gantt charts, training plans, CVs and additional documents requested will not be included in the page limits.

The maximum quality score for the written (quality) submission will be 70%. Scores are broken down by category and the individual questions are summarised in the table below:

QUALITY CRITERIA % WEIGHTING1. Provide a maximum of three case studies where works of a

similar nature have been undertaken.

Bidders should base their response on project specifics, value of works, and levels of project input.

INCLUDE RESPONSE HERE

2 A4 pages max

20%

2. Provide person profiles to include experience, qualifications and membership of professional bodies for personnel that are to be assigned roles on this project

Bidder’s response should be based on technical capabilities.

INCLUDE RESPONSE HERE

3 A4 pages max

10%

3. Provide your ideas for the initial project concept identifying the constraints and opportunities the site presents. This is to reflect your initial thoughts and not any form of detailed design.

INCLUDE RESPONSE HERE

4 A4 pages max

25%

4. Detail how you have previously consulted with Clients and other stakeholders, on similar projects, and expand on the outcomes?

Response should be based on contract and progress meetings, public consultations, dealing with planners and stakeholders.

INCLUDE RESPONSE HERE

2 A4 pages max

15%

Total Quality Score 70.00%

18

Page 19: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

APPENDIX 4: SELECTION QUESTIONNAIRE (SQ)

Failure to complete and return this questionnaire will result in the Tenderer being disqualified from the Tender process. Any Tenderer whose Selection Questionnaire response does not satisfy all pass/fail criteria may be treated as ineligible for this contract opportunity and their Tender response will not be assessed further.

Notes for completion

1. The “authority” means the contracting authority, or anyone acting on behalf of the contracting authority, that is seeking to invite suitable candidates to participate in this procurement process.

2. “You” / “Your” refers to the potential supplier completing this standard Selection Questionnaire i.e. the legal entity responsible for the information provided. The term “potential supplier” is intended to cover any economic operator as defined by the Public Contracts Regulations 2015 (referred to as the “regulations”) and could be a registered company; the lead contact for a group of economic operators; charitable organisation; Voluntary Community and Social Enterprise (VCSE); Special Purpose Vehicle; or other form of entity.

3. Please ensure that all questions are completed in full, and in the format requested. If the question does not apply to you, please state ‘N/A’. Should you need to provide additional information in response to the questions, please submit a clearly identified annex.

4. The authority recognises that arrangements set out in section 1.2 of the standard Selection Questionnaire, in relation to a group of economic operators (for example, a consortium) and/or use of sub-contractors, may be subject to change and will, therefore, not be finalised until a later date. The lead contact should notify the authority immediately of any change in the proposed arrangements and ensure a completed Part 1 and Part 2 is submitted for any new organisation relied on to meet the selection criteria. The authority will make a revised assessment of the submission based on the updated information.

5. For Part 1 and Part 2 every organisation that is being relied on to meet the selection must complete and submit the self-declaration.

6. All sub-contractors are required to complete Part 1 and Part 2.

7. For answers to Part 3 - If you are bidding on behalf of a group, for example, a consortium, or you intend to use sub-contractors, you should complete all of the questions on behalf of the consortium and/ or any sub-contractors, providing one composite response and declaration.

The authority confirms that it will keep confidential and will not disclose to any third parties any information obtained from a named customer contact, other than to the Cabinet Office and/or contracting authorities defined by the regulations, or pursuant to an order of the court or demand made by any competent authority or body where the authority is under a legal or regulatory obligation to make such a disclosure.

19

Page 20: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

Assessment

Section Assessment

1 Potential supplier information For information only

2 Grounds for mandatory exclusion Responses scored on a pass/fail basis

3 Grounds for discretionary exclusion Responses scored on a pass/fail basis

4 Economic and Financial Standing Responses scored on a pass/fail basis

5 Wider groups Responses scored on a pass/fail basis

6 Technical and Professional Ability

Responses scored in line with 0 - 5 scoring system

7 Modern Slavery Act Responses scored on a pass/fail basis

8.1 Insurance Responses scored on a pass/fail basis

8.2 Terms and Conditions Responses scored on a pass/fail basis

Part 1: Potential supplier Information

Please answer the following questions in full. Note that every organisation that is being relied on to meet the selection must complete and submit the Part 1 and Part 2 self-declaration.

Section 1 Potential supplier information

Question number Question Response

1.1(a) Full name of the potential supplier submitting the information

1.1(b) – (i) Registered office address (if applicable)

1.1(b) – (ii) Registered website address (if applicable)

1.1(c) Trading statusa) public limited companyb) limited companyc) limited liability partnershipd) other partnershipe) sole traderf) third sectorg) other (please specify your trading status)

1.1(d) Date of registration in country of origin

20

Page 21: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

1.1(e) Company registration number (if applicable)

1.1(f) Charity registration number (if applicable)

1.1(g) Head office DUNS number (if applicable)

1.1(h) Registered VAT number

1.1(i) - (i) If applicable, is your organisation registered with the appropriate professional or trade register(s) in the member state where it is established?

Yes No N/A

1.1(i) - (ii) If you responded yes to 1.1(i) - (i), please provide the relevant details, including the registration number(s).

1.1(j) - (i) Is it a legal requirement in the state where you are established for you to possess a particular authorisation, or be a member of a particular organisation in order to provide the services specified in this procurement?

Yes No

1.1(j) - (ii) If you responded yes to 1.1(j) - (i), please provide additional details of what is required and confirmation that you have complied with this.

1.1(k) Trading name(s) that will be used if successful in this procurement

1.1(l) Relevant classifications (state whether you fall within one of these, and if so which one)a) Voluntary Community Social Enterprise (VCSE)h) Sheltered Workshopi) Public service mutual

1.1(m) Are you a Small, Medium or Micro Enterprise (SME)? Yes No

1.1(n) Details of Persons of Significant Control (PSC), where appropriate: - Name;- Date of birth;- Nationality;- Country, state or part of the UK where the PSC usually lives;- Service address;- The date he or she became a PSC in relation to the company (for existing companies the 6 April 2016 should be used);- Which conditions for being a PSC are met; - Over 25% up to (and including) 50%,

- More than 50% and less than 75%,- 75% or more.

(Please enter N/A if not applicable)

1.1(o) Details of immediate parent company: - Full name of the immediate parent company- Registered office address (if applicable)- Registration number (if applicable)- Head office DUNS number (if applicable)- Head office VAT number (if applicable)

21

Page 22: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

(Please enter N/A if not applicable)

1.1(p) Details of ultimate parent company:

- Full name of the ultimate parent company- Registered office address (if applicable)- Registration number (if applicable)- Head office DUNS number (if applicable)- Head office VAT number (if applicable)

(Please enter N/A if not applicable)

Please note: A criminal record check for relevant convictions may be undertaken for the preferred suppliers and the persons of significant in control of them.

Please provide the following information about your approach to this procurement:

Section 1 Bidding model

Question number Question Response

1.2(a) - (i) Are you bidding as the lead contact for a group of economic operators?

Yes No

If yes, please provide details listed in questions 1.2(a) (ii), (a) (iii) and to 1.2(b) (i), (b) (ii), 1.3, Section 2 and 3.If no, and you are a supporting bidder please provide the name of your group at 1.2(a) (ii) for reference purposes, and complete 1.3, Section 2 and 3.

1.2(a) - (ii) Name of group of economic operators (if applicable)

1.2(a) - (iii) Proposed legal structure if the group of economic operators intends to form a named single legal entity prior to signing a contract, if awarded. If you do not propose to form a single legal entity, please explain the legal structure.

1.2(b) - (i) Are you or, if applicable, the group of economic operators proposing to use sub-contractors?

Yes No

1.2(b) - (ii) If you responded yes to 1.2(b)-(i) please provide additional details for each sub-contractor in the following table: we may ask them to complete this form as well.Name

Registered address

Trading status

Company registration

22

Page 23: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

number

Head Office DUNS number (if applicable)

Registered VAT number

Type of organisation

SME (Yes/No)

The role each sub-contractor will take in providing the works and /or supplies e.g. key deliverables

The approximate % of contractual obligations assigned to each sub-contractor

Contact details and declaration

I declare that to the best of my knowledge the answers submitted and information contained in this document are correct and accurate.

I declare that, upon request and without delay I will provide the certificates or documentary evidence referred to in this document.

I understand that the information will be used in the selection process to assess my organisation’s suitability to be invited to participate further in this procurement.

I understand that the authority may reject this submission in its entirety if there is a failure to answer all the relevant questions fully, or if false/misleading information or content is provided in any section.

I am aware of the consequences of serious misrepresentation.

Section 1 Contact details and declaration

Question number Question Response

1.3(a) Contact name23

Page 24: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

1.3(b) Name of organisation

1.3(c) Role in organisation

1.3(d) Phone number

1.3(e) E-mail address

1.3(f) Postal address

1.3(g) Signature (electronic is acceptable)

1.3(h) Date

24

Page 25: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

Part 2: Exclusion Grounds

Please answer the following questions in full. Note that every organisation that is being relied on to meet the selection must complete and submit the Part 1 and Part 2 self-declaration.

Section 2 Grounds for mandatory exclusion

Question number

Question Response

2.1(a) Regulations 57(1) and (2)The detailed grounds for mandatory exclusion of an organisation are set out on this web page, which should be referred to before completing these questions.

Please indicate if, within the past five years you, your organisation or any other person who has powers of representation, decision or control in the organisation been convicted anywhere in the world of any of the offences within the summary below and listed on the webpage.

Participation in a criminal organisation. Yes No

If Yes please provide details at 2.1(b)

Corruption. Yes No

If Yes please provide details at 2.1(b)

Fraud. Yes No

If Yes please provide details at 2.1(b)

Terrorist offences or offences linked to terrorist activities

Yes No

If Yes please provide details at 2.1(b)

Money laundering or terrorist financing Yes No

If Yes please provide details at 2.1(b)

Child labour and other forms of trafficking in human beings

Yes No

If Yes please provide details at 2.1(b)

2.1(b) If you have answered yes to question 2.1(a), please provide further details.Date of conviction, specify which of the grounds listed the conviction was for, and the reasons for conviction,Identity of who has been convictedIf the relevant documentation is available electronically please provide the web address, issuing authority, precise reference of the documents.

2.2 If you have answered Yes to any of the points above have measures been taken to demonstrate the reliability of the organisation despite the existence of a relevant ground for exclusion ? (Self Cleaning)

Yes No

25

Page 26: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

2.3(a) Regulation 57(3)Has it been established, for your organisation by a judicial or administrative decision having final and binding effect in accordance with the legal provisions of any part of the United Kingdom or the legal provisions of the country in which the organisation is established (if outside the UK), that the organisation is in breach of obligations related to the payment of tax or social security contributions?

Yes No

2.3(b) If you have answered yes to question 2.3(a), please provide further details. Please also confirm you have paid, or have entered into a binding arrangement with a view to paying, the outstanding sum including where applicable any accrued interest and/or fines.

Please Note: The authority reserves the right to use its discretion to exclude a potential supplier where it can demonstrate by any appropriate means that the potential supplier is in breach of its obligations relating to the non-payment of taxes or social security contributions.

Section 3 Grounds for discretionary exclusion

Question Response

3.1 Regulation 57 (8)The detailed grounds for discretionary exclusion of an organisation are set out on this web page, which should be referred to before completing these questions.Please indicate if, within the past three years, anywhere in the world any of the following situations have applied to you, your organisation or any other person who has powers of representation, decision or control in the organisation.

3.1(a) Breach of environmental obligations? Yes No

If yes please provide details at 3.2

3.1 (b) Breach of social obligations? Yes No

If yes please provide details at 3.2

3.1 (c) Breach of labour law obligations? Yes No

If yes please provide details at 3.2

3.1(d) Bankrupt or is the subject of insolvency or winding-up proceedings, where the organisation’s assets are being administered by a liquidator or by the court, where it is in an arrangement with creditors, where its business activities are suspended or it is in any analogous situation arising from a similar procedure under the laws and regulations of any State?

Yes No

If yes please provide details at 3.2

3.1(e) Guilty of grave professional misconduct? Yes No

If yes please provide details at 3.2

3.1(f) Entered into agreements with other economic operators aimed at distorting competition?

Yes No

26

Page 27: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

If yes please provide details at 3.2

3.1(g) Aware of any conflict of interest within the meaning of regulation 24 due to the participation in the procurement procedure?

Yes No

If yes please provide details at 3.2

3.1(h) Been involved in the preparation of the procurement procedure?

Yes No

If yes please provide details at 3.2

3.1(i) Shown significant or persistent deficiencies in the performance of a substantive requirement under a prior public contract, a prior contract with a contracting entity, or a prior concession contract, which led to early termination of that prior contract, damages or other comparable sanctions?

Yes No

If yes please provide details at 3.2

3.1(j) Please answer the following statements

3.1(j) - (i) The organisation is guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria.

Yes No

If Yes please provide details at 3.2

3.1(j) - (ii) The organisation has withheld such information. Yes No

If Yes please provide details at 3.2

3.1(j) –(iii) The organisation is not able to submit supporting documents required under regulation 59 of the Public Contracts Regulations 2015.

Yes No

If Yes please provide details at 3.2

3.1(j)-(iv) The organisation has influenced the decision-making process of the contracting authority to obtain confidential information that may confer upon the organisation undue advantages in the procurement procedure, or to negligently provided misleading information that may have a material influence on decisions concerning exclusion, selection or award.

Yes No

If Yes please provide details at 3.2

3.2 If you have answered Yes to any of the above, explain what measures been taken to demonstrate the reliability of the organisation despite the existence of a relevant ground for exclusion? (Self Cleaning)

27

Page 28: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

Part 3: Selection Questions

Section 4 Economic and Financial Standing

Question Response

4.1 Are you able to provide a copy of your audited accounts for the last two years, if requested?If no, can you provide one of the following: answer with Y/N in the relevant box.

Yes No

(a) A statement of the turnover, Profit and Loss Account/Income Statement, Balance Sheet/Statement of Financial Position and Statement of Cash Flow for the most recent year of trading for this organisation.

Yes No

(b) A statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position.

Yes No

(c) Alternative means of demonstrating financial status if any of the above are not available (e.g. forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status).

Yes No

4.2 Where we have specified a minimum level of economic and financial standing and/ or a minimum financial threshold within the evaluation criteria for this procurement, please self-certify by answering ‘Yes’ or ‘No’ that you meet the requirements set out.

Yes No

Section 5 If you have indicated in the Selection Questionnaire question 1.2 that you are part of a wider group, please provide further details below:

Name of organisation

Relationship to the Supplier completing these questions

5.1 Are you able to provide parent company accounts if requested to at a later stage?

Yes No

5.2 If yes, would the parent company be willing to provide a guarantee if necessary?

Yes No

5.3 If no, would you be able to obtain a guarantee elsewhere (e.g. from a bank)?

Yes No

Section 6 Technical and Professional Ability

6.1 Relevant experience and contract examples Please provide details of up to three contracts, in any combination from either the public or private sector; voluntary, charity or social enterprise (VCSE) that are relevant to our requirement. VCSEs may include samples of grant-funded work. Contracts for supplies or services should have been performed during the past three years. Works contracts may be from the past five years.

The named contact provided should be able to provide written evidence to confirm the accuracy of the information provided below.

Consortia bids should provide relevant examples of where the consortium has delivered

28

Page 29: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

similar requirements. If this is not possible (e.g. the consortium is newly formed or a Special Purpose Vehicle is to be created for this contract) then three separate examples should be provided between the principal member(s) of the proposed consortium or Special Purpose Vehicle (three examples are not required from each member).

Where the Supplier is a Special Purpose Vehicle, or a managing agent not intending to be the main provider of the supplies or services, the information requested should be provided in respect of the main intended provider(s) or sub-contractor(s) who will deliver the contract.

If you cannot provide examples see question 6.3

Contract 1 Contract 2 Contract 3

Name of customer organisation

Point of contact in the organisation

Position in the organisation

E-mail address

Description of contract

Contract Start date

Contract completion date

Estimated contract value

6.2Where you intend to sub-contract a proportion of the contract, please demonstrate how you have previously maintained healthy supply chains with your sub-contractor(s)

Evidence should include, but is not limited to, details of your supply chain management tracking systems to ensure performance of the contract and including prompt payment or membership of the UK Prompt Payment Code (or equivalent schemes in other countries) (500 words)

6.3 If you cannot provide at least one example for questions 6.1, in no more than 500 words please provide an explanation for this e.g. your organisation is a new start-up or you have provided services in the past but not under a contract.

29

Page 30: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

Section 7 Modern Slavery Act 2015: Requirements under Modern Slavery Act 2015

7.1 Are you a relevant commercial organisation as defined by section 54 ("Transparency in supply chains etc.") of the Modern Slavery Act 2015 ("the Act")?

Yes No

7.2 If you have answered yes to question 1 are you compliant with the annual reporting requirements contained within Section 54 of the Act 2015?

YesPlease provide relevant the url…

No Please provide an explanation

Additional Questions

Suppliers who self-certify that they meet the requirements to these additional questions will be required to provide evidence of this if they are successful at contract award stage.

Section 8 Additional Questions

8.1 Insurance

a. Please self-certify whether you already have, or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below: Employer’s (Compulsory) Liability Insurance = £5,000,000Public Liability Insurance = £5,000,000Professional Indemnity Insurance = £10,000,000 *It is a legal requirement that all companies hold Employer’s (Compulsory) Liability Insurance of £5 million as a minimum. Please note this requirement is not applicable to Sole Traders.

*a request may be made for copies of your insurance certificates as required.

Yes No

A Yes response will score a Pass, and, a No response will score a Fail

8.1 Terms and Conditions

b. Please confirm whether you accept the terms and conditions of the Contract in their current form and without any amendments

Yes

No

A Yes response will score a Pass, and, a No response will score a Fail

30

Page 31: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

APPENDIX 5: FORM OF TENDER

To: the Council

For the Attention of: Procurement Services

Dear Sir / Madam

I/We the undersigned, hereby Tender and offer to perform the Contract, details of which was set out in the ITT supplied to me/us for the purpose of Tendering for the Contract, and agree to do so in accordance with the terms of the ITT.

I/We confirm that I/We will provide the Contract at the price provided in my/our Tender. I/We confirm that the price provided in my/our Tender will not be subject to any increase otherwise than as determined in accordance with the Contract.

I/We confirm that this Tender will remain valid and open for acceptance without variation for at least 90 days from the Closing Date for the receipt of Tenders (not including any statutory standstill period that may apply).

I/We confirm that we agree the Contract and undertake that in the event of our Tender being accepted to execute the Contract (subject to any minor amendments which have been accepted by the Council) within four (4) weeks from the date on which I/we receive notification that our Tender is successful and in the interim provide the Services in accordance with the Contract (subject to such amendments).

I/We confirm that attached to this Tender are all of the following:

Completed Response to Quality Criteria (Appendix 3) Completed Selection Questionnaire (Appendix 4) Completed Anti-Collusion Certificate (Appendix 6) Completed Anti-Canvassing Certificate (Appendix 7) Completed Pricing Schedule (Appendix 8);

I/We confirm that the information supplied to you and forming part of this Tender, including, for the avoidance of doubt, any information supplied to you as part of my/our initial expression of interest in Tendering, was true when made and remains true and accurate in all respects.

I/We understand that any false representations, including but not limited to, changes to forms, could result in this Tender being rejected or subsequent contract termination.

I/We confirm and undertake that if any information supplied becomes untrue or misleading that I/We will notify you immediately and will update such information as is required.

I/We confirm acceptance of the terms and conditions provided in appendix 1 without amendment and agree to be bound by such Contract should the Council elect to accept my/our Tender.

Signed ……………… Signed ………………For and on behalf of ……………… For and on behalf of ...….…………Dated ……………… Dated ………………

31

Page 32: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

APPENDIX 6: ANTI-COLLUSION CERTIFICATE

To: the Council

For the Attention of: Procurement Services

Dear Sir / Madam

The essence of the public procurement process for selective Tendering for the Contract is that the Council shall receive bona fide competitive Tenders from all Tenderers.

In recognition of this principle I/we hereby certify that this is a bona fide offer, intended to be competitive, and that I/we have not fixed or adjusted the amount of the offer or the price in accordance with any agreement or arrangement with any other person (except any sub-contractor identified in this offer).

I/We also certify that I/We have not done, and undertake that I/We will not do, at any time during the Tender process or in the event of my/our Tender being successful while the resulting Contract is in force, any of the following acts:

1) enter into any agreement or agreements with any other person that they shall refrain from Tendering to the Council or as to the amount of any offer submitted by them; or

2) inform any person, other than the Council , of the details of the Tender or the amount or the approximate amount of my/our offer except where the disclosure was in confidence and was essential to obtain insurance premium quotations required for the preparation of the Tender; or

3) cause or induce any person to enter into such an agreement as is mentioned in paragraph 1) and 2) above or to inform us of the amount or the approximate amount of any rival Tender for the Contract; or

4) commit any offence under the Public Bodies Corrupt Practices Act 1889, Bribery Act 2010 nor under Section 117 of the Local Government Act 1972; or

5) offer or agree to pay or give or actually pay or give any sum of money, inducement or valuable consideration directly or indirectly to any person for doing or having done or causing or having caused to be done in relation to any other Tender or proposed Tender for the performance of the Project covered by the Tender any act or omission.

In this Certificate the word “person” includes any person, body or association, corporate or incorporate and “agreement” includes any arrangement whether formal or informal and whether legally binding or not.

I/We agree that the Council may, in its consideration of the offer, and in any subsequent actions, rely upon the statements made in this certificate.

Signed ……………… Signed ………………For and on behalf of ……………… For and on behalf of ...….…………Dated ……………… Dated ………………

32

Page 33: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

APPENDIX 7: ANTI-CANVASSING CERTIFICATE

To: the Council

For the Attention of: Procurement Services

Date: …………………………….

Dear Sir / Madam

I/we hereby certify that I/we have not canvassed any Director, employee, contractor or adviser of the Council in connection with this Tender and the proposed award of the Contract by the Council , and that no person employed by me/us or acting on my/our behalf, or advising me/us, has done any such act.

I/we further hereby undertake that I/we will not canvass any Director, employee, contractor or adviser of the Council in connection with this Tender and the proposed award of the Contract and that no person employed by me/us or acting on my/our behalf, or advising me/us, will do any such act.

I/we agree that the Council may, in consideration of this bid, and in any subsequent actions, rely upon the statements made in this Certificate.

Signed ……………… Signed ………………For and on behalf of ……………… For and on behalf of ...….…………Dated ……………… Dated ………………

33

Page 34: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

APPENDIX 8: PRICING SCHEDULE (EXCLUDING VAT)

...........................................................................................................................................

...........................................................................................................................................

...........................................................................................................................................

I/WE offer to carry out and complete additional services outside of the scope of this specification for the VAT Exclusive FIXED PRICE day rates of:-

Architect ………………………....…………………………………………………………Per day

Other designers/Architectural Technicians……………………………………………….Per day

34

Disciplines RIBA Stage 1

RIBA Stage 2

RIBA Stage 3

RIBA Stage 4 Total

% Total Build Cost % % % % %Architect

Landscape ArchitectTotal PercentageStage Payments

based on Est. build Costs of £55m

Page 35: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

APPENDIX 9: SITE LOCATION PLANS

35

Page 36: Thurrock Council - Invitation to Tender PS/2018/182€¦  · Web viewINVITATION TO TENDER. INSTRUCTIONS TO TENDER. ARCHITECTURAL SERVICES. PS/2018/182 CONTENTS. 1. ... JCT Consultancy

36