Disabled Facilities Grant, Primarily Shower Rooms, External Ramping and Associated Works

Disabled Facilities Grant, Primarily Shower Rooms, External Ramping and Associated Works

Pre-qualification questionnaire

Disabled facilities grant, primarily shower rooms, external ramping and associated works

Stayingput / lots 1-3 / 2014

Pre-Qualification Questionnaire (PQQ)

1Introduction and background

1.1As an organisation that has expressed an interest in tendering for the Requirement, this PQQ assesses your:

  • Technical and/or professional capability.
  • Eligibility.
  • Appendix A – Statement.
  • Appendix B – PQQ Submission information.
  • Appendix C - Evaluation Criteria.
  • Appendix D - Selection Criteria Chart.

1.2In your response to the PQQ, you will need to demonstrate that you have the appropriate qualities, values and resources to successfully deliver the Requirement.

1.3Prospective tenderers must complete the STATEMENT RELATING TO GOOD STANDING – GROUNDS FOR OBLIGATORY EXCLUSION (IN ELIGIBILITY) AND CRITERIA FOR REJECTION OF CANDIDATES - in accordance with Regulation 23 of the Public Contracts Regulations 2006 as contained in Appendix A.

2The Procurement Programme

2.1The key dates and procurement programme is as set out in the table below

Event / Date
Advert EOI & PQQ / 13th October 2014
EOI & PQQ closing date / 3rd November 2014
Meet the Bidder & Issues ITT / 21st November 2014
Closing date for tender returns / 15thDecember 2014
Tender evaluation / 16th December 2014 to 23rdJanuary 2015
Report to Cabinet / 11th March 2015
Contract award / 21st March 2015
Contract commencement / 1st April 2015
Contract End date / 30th September 2018

3Instructions on provision of information

3.1You should complete and provide all the details for the organisation that it is proposed would enter into the contract with Swale Borough Council.

4Organisational information

Organisation name
Type (Legal status)
Year of registration (as applicable)
Address / registered address
Contact name
Telephone
Email
Web- site
Public Sector name and address / Reference contact name, telephone number and email address / Approx
value & date work undertaken / Brief description of works / services
Lot 1
Lot 2
Lot 3.

M

A maximum of one reference for each lot you are intending to bid for. Please ensure that referees have no objections to the Council contacting them during the pre-qualification stage for reference purposes. A maximum of 15 points for each reference will be awarded using the following principle;

  • 0-5 points will be awarded for a reference from H.M.P.S., N.H.S. or other public sector body
  • 0-1 point for a poor reference
  • 2-3 points for an average to good reference
  • 4-5 points for a good to excellent reference.
  • 0-10 points will be awarded for a reference from a care home and other local authority work.
  • 0-3 points for a poor reference.
  • 4-6 points for an average to good reference.
  • 7-10 points for a good to excellent reference.
  • 0-15 points will be awarded for Local Authority grant work in clients’ homes
  • 0-5 points for a poor reference.
  • 6-10 points for an average to good reference.
  • 11-15 – points for a good to excellent reference.

5Economic and financial information

5.1A copy of the Tendering Organisation’s most recent accounts that cover the last threeyears of trading or for the period that is available if trading for less than three years.

5.2Details of existing insurance cover and policies – minimum requirement Public Liability £5,000,000, Employers Liability Insurance £10,000,000.

6Technical and/or professional ability

6.1Please provide details of previous experience of relevant contracts undertaken for vulnerable clients in the last year through local councils or other public bodies for similar works to those you are bidding for. A reference may be asked for from the relevant organisation. (Contact name telephone number and email address of Local Authority. Approximatevalue of works undertaken. A Brief description of works undertaken)

Maximum of three references for each lot you are intending to bid for. Please ensure that Referees have no objections to the Council contacting them during the pre-qualification stage for reference purposes. Out of the three references provided, the Council will select the most appropriate reference to follow up and score against. A maximum of 15 points will be awarded for this reference;

  • 0-5 points – Poor or little technical / professional ability.
  • 6-10 Points – Average to good technical / professional ability.
  • 11-15 – Good to excellent technical / professional ability.

Evaluators will need to provide written commentary when evaluating, the reasoning for their scoring. A maximum of 1 reference per lot will be scored.

Client name and address / Reference contact name, telephone number and email address / Approx.
value & date work undertaken / Brief description of works / services
Lot 1/1.
Lot 1/2.
Lot 1/3.
Client name and address / Reference contact name, telephone number and email address / Approx.
value & date work undertaken / Brief description of works / services
Lot 1/1.
Lot 1/2.
Lot 1/3.
Client name and address / Reference contact name, telephone number and email address / Approx.
value & date work undertaken / Brief description of works / services
Lot 3/1.
Lot 3/2.
Lot 3/3.

If applying for LOT 1, please provide three names and addresses of clients where you have undertaken disability adaptation work in the past 12 months. Two of the three should relate to shower rooms. Please ensure that clients are local and willing to receive visits from technical officers to view standard and quality of work undertaken and have no objections to the Customer Organisation contacting them. This part of the evaluation will take place during the ITT evaluation if you successfully pass the PQQ stage of this procurement stage for reference and visit purposes.

If applying for LOT 2, please provide three names and addresses of clients where you have undertaken hospital discharge works in the past 12 months. One of the three should relate to ramping and galvanized rails and one cleaning of room to allow equipment. Please ensure that clients are local and willing to receive visits or phone call to view standard and quality of work undertaken and have no objections to the Customer Organisation contacting them during the pre-qualification stage for reference and visit purposes.

If applying for LOT 3, please provide three names and addresses of clients where you have undertaken home repairs in the past 12 months. Please ensure that clients are local and willing to receive visits or phone call to view standard and quality of work undertaken and have no objections to the Customer Organisation contacting them during the pre-qualification stage for reference.

If your PQQ is successful, part of your evaluation for the ITT may be to visit the work you or your company has undertaken for your referee. If in the opinion of the Council’s evaluation panel, the work is not to the standard we would expect for our clients, this may exclude

you from the process. The evaluation scoring for the quality check will be provided at the next stage of the procurement.

6.2 Please provide details of relevant experience using no more than one page of A4 using an Arial 11 font for each lot you are intending to bid for

Lot 1. - Maximum Score 15 Points
Lot 2. - Maximum Score 15 Points
Lot 3. – Maximum Score 15 Points

A maximum of 15 points for each “Lot” will be awarded using the following principle;

  • 0-5 points – Poor or little technical / ability.
  • 6-10 Points – Average to good technical ability.
  • 11-15 – Good to excellent technical / ability.

Evaluators will need to provide written commentary when evaluating, the reasoning for their scoring.

6.3Please list and if applicable provide a copy of your policies relevant to the provision of the service.

7Equal Opportunities

7.1Is it your policy, as an employer, to comply with your statutory obligations under the Equalities Act 2010 and accordingly, your practice not to discriminate against someone on grounds of their sex (including gender reassignment), sexual orientation, marital status, race, nationality, ethnic origin, religion, beliefs, disability, pregnancy or childbirth or because they are a member, or not, of a trade union, or a part-time workers. Yes/No

7.2In the last three years, has any finding of unlawful racial discrimination been madeagainst your organisation by any court or industrial tribunal?

Yes/No

7.3In the last three years, has your organisation been the subject of a formal investigation by the Commission for Equality and Human Rights, Commission for Racial on race, gender, disability, sexual orientation, faith or belief and age setout? Yes/No

7.4Do you observe as far as possible the Commission for Equality and Human Rights, Commission for Racial Equality, Disability Rights Commission or Equal Opportunities Commission Codes of Practice, which gives practical guidance to employers and others on the elimination of racial discrimination and the promotion of equality of opportunity in employment, including the steps that can be taken to encourage members of the ethnic minorities to apply for jobs or take up training opportunities? Yes/No

8Health & Safety Policy & Other Issues

8.1The Service Provider shall provide all risk assessments and Safe Methods of operation for delivering the service. The Service Provider will be requested to provide his revised annual risk assessments electronically.

8.2The Council requires all its suppliers and contractors to comply with all relevant Health and Safety legislation and standards and that you properly manage all Health and Safety risks specific to this contract.

8.3Does your company comply with the Health & Safety at Work Act 1974 as amended? Yes/No

8.4Please confirm that your company agrees to co-operate with Swale Borough Council, where required, to ensure you also adhere to the Council’s Health and Safety policy. Yes/No

8.5Have all your staff that will be working with our client has been DBS Checked?

Yes/No

Swale Borough Council’s Health and Safety Policy

8.5Does your organisation comply with the following minimum health & safety standards;

● Implement effective health and safety policies and procedures. Yes/No

●Operate an adequate health and safety management system including a designated 'competent person' to provide advice and guidance. Yes/No

●Provide appropriate health and safety training for staff. Yes/No

●Ensure processes are in place to sufficiently assess the competence and capabilities of sub-contractors to work safely. Yes/No

●Ensure effective monitoring processes are in place. Yes/No

9Other Issues

9.1Has your company/organisation been involved in any actions in employment tribunal, the European Commission, Office of Fair Trading, HM Revenue & Customs, the Information Commissioner’s Office, the Financial Services Authority or for any breach of environment, health and safety law over the past three years? If Yes, please provide details. Yes/No

9.2Will your company have a designated business address in the ME9 – ME13 postcode? Yes/No

10.Staff Experience

a.)Provide details of the relevant staff resources within your company/organisation and subcontractors suitable for delivering the [works], including details of their location, number, level and range of relevant experience.

b.)Provide details of staff turnover as a percentage of workforce in the last [number] years.How would you ensure that sufficient numbers of suitable staff were available throughout the life of a contract?

c.)Can you provide evidence of your company having a good geographical local knowledge of the area? No more than one page of A4 using an Arial 11 font. Maximum points 10

0-3 points for poor or limited geographical knowledge of Swale in North Kent

  • 4-7 points for a good geographical knowledge of Swale in North Kent
  • 8-10 points for a very good to excellent geographical knowledge of Swale in North Kent

11.TUPE[if applicable]

In the event of the Transfer of Undertakings (Protection of Employment) Regulations 1981 and 2006 applying to this Contract, please indicate if you have experience of managing the transfer of staff from an incumbent to your own company/organisation under TUPE legislation.


12. Statement Relating to Good Standing

The statement relating to good standing contained in Appendix A (below) must be signed and returned with this document.

Declaration

I am authorised by the Tendering Organisation to supply the information given in this P.Q.Q. response. I declare that, at the date of signing this declaration, the information given is complete and accurate to the best of my knowledge having made reasonable enquiries.

Swale Borough Council has our permission to:

  • carry out all necessary actions to verify the information provided; and
  • to pass any information provided to a third party commissioned by the Council for the purposes of evaluating our responses.

I acknowledge that:

  • it is an offence to give or offer any gift or consideration to employee of a public body as a reward or inducement in relation to the awarding of a public contract and that such action will give the Council the right to exclude a Tendering Organisation from the procurement process; and
  • any price fixing or collusion with other bidders in relation to the project shall give the Council the right to exclude a Tendering Organisation from the procurement process and may constitute an offence.

Signed:

Name:

Position:

Organisation:

Date:

To be returned no later than noon on 3rd November2014;

Name: Mrs S Hughes – Staying Put Manager

Disabled Facilities Grant, Primary Shower rooms, external ramping and associated works – STAYINGPUT /LOTS 1-3/2014

Swale Borough Council

Swale House

East Street

Sittingbourne

Kent

ME10 3HT

*Failure to complete this form, provide reference points or provide non conforming answers may lead to your exclusion from the bidding process.

APPENDIX A

STATEMENT RELATING TO GOOD STANDING – GROUNDS FOR OBLIGATORY EXCLUSION (IN ELIGIBILITY) AND CRITERIA FOR REJECTION OF CANDIDATES - in accordance with Regulation 23 of the Public Contracts Regulations 2006

We confirm that, to the best of our knowledge, the organisation named below is not in breach of the provisions of Regulation 23 of the Public Contracts Regulations 2006 and in particular that:

Grounds for mandatory rejection (ineligibility)

The organisation named below (or its directors or any other person who has powers of representation, decision or control of such organisation) has not been convicted of any of the following offences:

(a)conspiracy within the meaning of section 1 of the Criminal Law Act 1977 where that conspiracy relates to participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA;

(b)corruption within the meaning of section 1 of the Public Bodies Corrupt Practices Act 1889 or section 1 of the Prevention of Corruption Act 1906;

(c)the offence of bribery;

(d)fraud, where the offence relates to fraud affecting the financial interests of the European Communities as defined by Article 1 of the Convention relating to the protection of the financial interests of the European Union, within the meaning of:

(i)the offence of cheating the Revenue;

(ii)the offence of conspiracy to defraud;

(iii)fraud or theft within the meaning of the Theft Act 1968 and the Theft Act 1978;

(iv)fraudulent trading within the meaning of section 458 of the Companies Act 1985;

(v)defrauding the Customs within the meaning of the Customs and Excise Management Act 1979 and the Value Added Tax Act 1994;

(vi)an offence in connection with taxation in the European Community within the meaning of section 71 of the Criminal Justice Act 1993; or

(vii)destroying defacing or concealing of documents or procuring the extension of a valuable security within the meaning of section 20 of the Theft Act 1968;

(e)money laundering within the meaning of the Money Laundering Regulations 2003; or

(f)any other offence within the meaning of Article 45(1) of the Public Sector Directive.

Discretionary grounds for rejection:

The organisation named below (or its directors or any other person who has powers of representation, decision or control of such organisation)confirms that:

(a)being an individual is not bankrupt or has not had a receiving order or administration order or bankruptcy restrictions order made against him/her or has not made any composition or arrangement with or for the benefit of his/her creditors or has not made any conveyance or assignment for the benefit of his/her creditors or does not appear unable to pay or to have no reasonable prospect of being able to pay, a debt within the meaning of section 268 of the Insolvency Act 1986, or article 242 of the Insolvency (Northern Ireland) Order 1989, or in Scotland has not granted a trust deed for creditors or become otherwise apparently insolvent, or is not the subject of a petition presented for sequestration of his/her estate, or is not the subject of any similar procedure under the law of any other state;

(b)being a partnership constituted under Scots law has not granted a trust deed or become otherwise apparently insolvent, or is not the subject of a petition presented for sequestration of its estate;

(c)being a company or any other entity within the meaning of section 255 of the Enterprise Act 2002 has not passed a resolution or is not the subject of an order by the court for the company’s winding up otherwise than for the purpose of bona fide reconstruction or amalgamation, or has not had a receiver, manager or administrator on behalf of a creditor appointed in respect of the company’s business or any part thereof or is not the subject of the above procedures or is not the subject of similar procedures under the law of any other state;

(d)has not been convicted of a criminal offence relating to the conduct of his/her business or profession;

(e)has not committed an act of grave misconduct in the course of his/her business or profession;

(f)has fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the organisation is established;

(g)has fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established;

(h)is not guilty of serious misrepresentation in providing any information required of him under this regulation;

(i)in relation to procedures for the award of a public services contract, is licensed in the relevant State in which he/she is established or is a member of an organisation in that relevant State when the law of that relevant State prohibits the provision of the services to be provided under the contract by a person who is not so licensed or who is not such a member.

Where applicable, the Candidate is registered with the appropriate trade or professional register(s) in the EU member state where it is established (as set out in Annex IX B of Directive 2004/18/EC) under the conditions laid down by that member state[*].