Highways Agency
GSF Framework RFP Volume 1
<<Insert Name of Scheme >>
Secondary Competition
Request for Proposal
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
SECONDARY COMPETITION
Request for Proposal
CONTENTS AMENDMENT SHEET
Amend.
No.
Issue 1, Rev 1
Issue Date
Amendments
Page 2
Initials
Date
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
List of Contents
SECONDARY COMPETITION QUOTATION PROCEDURE .....................................4
1.1
1.2
1.3
1.4
1.5
1.6
1.7
1.8
2
SUBMISSION OF PROPOSAL ..................................................................7
2.1
3
General.......................................................................................................7
QUOTATION PROCEDURE.......................................................................8
3.1
3.2
3.3
3.4
4
General Instructions ....................................................................................8
Deliverables. ...............................................................................................8
Capability & Capacity ..................................................................................9
Quality ........................................................................................................9
ASSESSMENT PROCEDURE .................................................................11
4.1
4.2
4.3
4.4
4.5
5
Invitation to Participate................................................................................4
General.......................................................................................................4
Documents .................................................................................................5
Copyright and Confidentiality ......................................................................5
Communications .........................................................................................5
Inspections .................................................................................................5
Programme .................................................................................................6
Access to Government information ..............Error! Bookmark not defined.
Capacity and capability .............................................................................11
Marking the quality statement, methodology submission ..........................11
Marking the financial submission ..............................................................11
Combining scores .....................................................................................11
Notification of Result of Secondary Competition .......................................12
ALTERNATIVE TENDERS .......................................................................13
5.1 Procedure ....................................................................................................13
5.3
Assessment of Alternative Proposal..........................................................13
5,4
Checking of design ...................................................................................13
Annex A - Documents ..........................................................................................13
Annex B - RFP QUERY FORM ............................................................................14
Annex C - Indicative timetable ..............................................................................15
Annex D – Capability Questionnaire .....................................................................16
Annex F – Flowchart of Quotation Procedure .......................................................20
Annex G – Form of risk register ............................................................................21
Annex H - Form of key staff schedule ...................................................................22
Annex I – Volume 2 Pricing Submission ...............................................................23
Annex J Example of Scoring Method ....................................................................25
Annex K – Guidance On The Rfq Document Pack And Selecting The Optimum
Contract Type.......................................................................................................27
Issue 1, Rev 1
Page 3
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
SECONDARY COMPETITION QUOTATION PROCEDURE
Invitation to Participate
1.1
The Contracting Body (“The Contracting Body”) invites framework Suppliers, who
have not been excluded, to participate in a Request for Proposal (“RFP”) event
under the Highways Agency Enabled Gantries System Framework Contract (“The
Framework”).
General
1.2
This document describes the procedure to be used by the contracting body for
secondary competition, under the Framework.
1.3
The works, service or services to be supplied are described in the RFP Volume 3 –
‘Works Information’, ‘Service Information’ or ‘Scope’ (of Professional Services).
1.4
Links to additional Highways Agency Reference Documents are provided in the
RFP Volume 3 - Annex 1 - Reference Documents
1.5
The conditions of contract are the clauses of the NEC 3 Framework Contract (June
2005 edition), as amended by the Framework Contract ‘Z’ clauses set out in the
RFP, Volume 2, Framework Contract Data, Parts One and Two.and RFP Volume 2
Annex A - Subcontract Package Order Contract Data Part 1 and Part 2
and/or
RFP Vol 2, Annex A, Part 1 and Part 2 - ‘Data Applicable to All Sub-contract
Package Orders’ In the event of a discrepancy between this RFP and the
Framework Contract Documents then the Framework Contract Documents shall
take precedence If in any doubt, the supplier should contact the representative
detailed in 1.2. g below.
1.6
The Contracting Body will use the e-sourcing portal, for the RFP event. The esourcing
portal
may
be
accessed
via
the
following
hyperlink;
https://highways.bravosolution.co.uk
1.7
The Contracting Body will be represented by Insert name, title of representative, in
all communications. Contact with the insert name may only be made via the esourcing portal
1.8
Suppliers must not contact any other person directly and only use the e-sourcing
portal for communication
1.9
Suppliers must nominate a single point of contact in their organisation to
communicate via the e-sourcing portal.
1.10 This framework has 2 separate lots that may be used, these are set out below:
[please state what lot using]
a
Lot 1 – Fabrication, Transportation, and Erection of Gantries
b
Lot 2 - Removal, Transportation, Refurbishment and Erection of Gantries
Issue 1, Rev 1
Page 4
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
The RFP event may be made up of either lot or both if required. [compiler to
delete which ever one is not appropriate
Documents
1.11 Instructions relating to documentation are contained in Annex ‘A’.
Copyright and Confidentiality
1.12 These instructions, RFP documents and any drawings, prints, specifications, data,
calculations and analyses issued to Suppliers in connection with this RFP event,
hereafter referred to as (“the RFP pack”) remain the property of the Highways
Agency.
1.13 Approved Contracting Bodies are permitted to use the RFP pack for the purpose of
conducting a secondary competition. All such information issued to Suppliers may
only be used for the purpose of responding to the RFP. Such information should
not be disclosed to persons unconnected with the RFP.
1.14 Suppliers should not disclose the fact that they have received an RFP or release
details of the RFP documents, other than on an "in confidence" basis to those who
have a legitimate need to know or whom they need to consult for the purpose of
responding to the RFP.
1.15 Suppliers should not release information concerning the RFP for publication in the
press or on radio, television, screen or any other medium.
1.16 These provisions apply equally to drawings and other information supplied for the
purpose of the proposal, the property rights of which vest in a third party.
Communications
1.17 Any queries from Suppliers regarding the RFP documents must be made via
the e-Sourcing portal on the form supplied in Annex B and sent no later than
7days prior to the date of return of the RFP.
1.18 RFP amendments are changes to the RFP documents that are made in writing by
Contracting Body and issued to all Suppliers. Only in exceptional circumstances
will RFP amendments be issued after RFPs have been submitted. In such
circumstances suppliers will be notified via the e-sourcing portal of the required
action.
Inspections
Issue 1, Rev 1
[omit if no land is associated with the contract]
Page 5
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
1.18 Suppliers wishing to visit any land or property associated with the contract must
notify of this via the e-sourcing portal. Liability for any damage or disturbance
caused to such land or property rests with the Supplier.
Indicative Programme
The programme for this RFP is set out below also contained in Annex C
<Insert Date> Electronic Issue of RFP through e-sourcing portal
<Insert Date> Deadline for Tender Queries
<Insert Date> Bid Submission 12.00pm (Noon) (date & time)
<Insert Date> Endorsement Meeting/ Minded to award
<Insert Date> Contract Award
Access to Government Information
1.19. All Contracts awarded above £10k will be published in full on Government
websites, including Contracts Finder. The Highways Agency’s requirements
relating to the publication of confidential information are set out in the Service
Information.
1.20.
Under the Freedom of Information Act 2000 (“FOIA”) and the Environmental
Information Regulations 2004 (“EIRs”), The Highways Agency is obliged (subject
to the application of any relevant exemptions and, where applicable, the public
interest test) to disclose information in response to requests for information.
1.21.
You need to be aware that The Highways Agency could receive requests for any
information relating to this contract. The contract will include provisions to reflect
the Agency’s obligations under those disclosure regimes.
1.22.
The Highways Agency cannot contract out its obligations in this respect and will
only accept confidentiality clauses in very exceptional circumstances.
1.23.
You must set out any information which you regard as confidential in a separate
schedule along with the reason you have taken this view.
1.24.
Your attention is also drawn to the Code of Practice (in particular, section V
thereof) issued by the Lord Chancellor under section 45 of the FOIA (section IX of
the Code of Practice issued under regulation 16 of the EIRs provides similar
guidance).
Issue 1, Rev 1
Page 6
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
2 SUBMISSION OF PROPOSAL
General
2.1
RFP submissions and supporting documents must be written in English.
2.2
RFP Submissions must be submitted in accordance with the instructions contained
within this RFP document and must not be qualified or accompanied by any
statements or a covering letter that might be construed as rendering the RFP
Submission equivocal.
2.3
Unauthorised alterations or additions must not be made to any component of the
issued RFP documents. The Contracting Body’s decision as to whether or not a
RFP Submission complies with these instructions will be final.
2.4
RFP Submissions not received by The Contracting Body by insert the RFP return
date and time may be excluded from further consideration. Offers should remain
open for acceptance for 90 calendar days from the RFP return date.
2.5
The
RFP
is
to
be
sent
via
the
e-Sourcing
portal
at
https://highways.bravosolution.co.uk for the Insert Name Of Scheme project. The
RFPis to be returned in the following volumes, with files named in accordance with
Annex A.
2.6
Volume 1. Documents listed in Annex A must be submitted as part of the
Qualification Questionnaire. Submitted files should be no larger than 20 Mb.
2.7
Volume 2. The Supplier’s quotation, are to be submitted as part of the Technical
Questionnaire. Submitted files should be no larger than 20 Mb
2.8
If your RFP submission is successful, you must be able to provide a complete and
unedited electronic version of your bid in a format suitable for publication on a
public website (not PDF) within 20 days of acceptance.
Issue 1, Rev 1
Page 7
October 2011
GSF Framework RFP Vol1
3
Secondary Competition
Request for Proposal
QUOTATION PROCEDURE
General Instructions
3
A brief is made available to the Suppliers in the ‘RFP Lot <insert number>,
Volume 3, Additional Service Information’, and includes:
a
A description of the Services required.
b
The timescale in which the Service is to be carried out.
c
Deliverables.
d
Any additional requirements
3.2
Notification of whether or not the total of the Prices for a Work Package is to be
treated as a Option A, B or C.
3.3
The additional contract data for the proposed Subcontract Package Order, in the
form set out in Volume 2, Annex A.
Deliverables.
3.4
The Supplier responds within the period specified by the Contracting Body of the
date of the brief by completing the information and submitting the documents
requested.
3.5
The Supplier’s proposal is to include the following information:
3.6
The additional Contract Data, Part 2 for the Work Package,
3.7
A quality submission for the proposed Work Package, includes methodology
statement a programme for the work, risk register and details of the resources
proposed. The Quality submission must not exceed [10] sides of A4 paper, plus 1
side of A3 paper for the programme. CV’s are not part of the page count
3.8
The Pricing Document for the corresponding form of Work Package for the relevant
Form of Contract.:
Issue 1, Rev 1
Page 8
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
Capability & Capacity
3.9
Suppliers are to provide a statement demonstrating the Supplier’s capability and
capacity to undertake the work, and a list of personnel to manage and undertake
the work including any specialists not named in the Framework Contract or
subsequent Work Package This should include an organisation chart showing how
the interfaces with the Contracting Body will function [2 pages]
Quality Submission
3.10 Suppliers are to provide a detailed Quality Submission setting out their proposal
how they intend to undertake the Work Package with reference to the questions
outlined below in 3.12.
3.11 <Additional site specific question may be added here or attached in additional
annex < *>>
3.12 The Quality Submission is to include a programme, the resources required and a
risk register. The timing and content of the required deliverables is to be shown on
the programme. The Quality Submission must not exceed [10] sides of A4 paper,
plus 1 side of A3 paper for the programme. CV’s are not part of the page count
3.13 The resources are to be identified by post proposed.
3.14 The risk register is to identify the key risks Work Package and describe, for each
entry the action to be taken by the Supplier to avoid or reduce the risk and how
allowances for the risk have been made in the proposal. Following award, the
successful Suppliers’ risk register shall be treated as the first risk register under the
contract. A form for the risk register is included in Annex G.
3.15 Suppliers may use A3 in lieu of A4, but each A3 sheet will be counted as two A4
sheets. Text must be presented in “Arial” font and be no smaller than 11 point,
single-spaced with the margins set at 2.5cm. The page limit and font size relate to
the entire Volume 1 submission, except that Arial 8 point may be used for
drawings, diagrams and flow charts. The pages must be numbered. Page
numbers and other header or footer information may be included in the margin
space.
3.16 If the submitted proposals for construction do not comply with the submission
requirements then the proposal will normally be rejected.
Prices
3.17 An Activity Schedule is provided to assist the Supplier. It is the responsibility of the
Supplier to check this document and ensure it covers all the work required. The
Supplier is to price each item in the activity schedule and provide a People,
Equipment, Material and Charges split of each item. The level of detail for
subcontracted work should be in accordance with supply chain methodology as
detailed in the framework contract. For key supply chain partners a People,
Equipment, Material and Charges split for each item must be provided, whilst
competitive quotations should be provided in support of prices for other significant
work.
Issue 1, Rev 1
Page 9
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
3.18 The financial information in the submission uses the forms set out in Annex I. The
lump sum prices are to be based on the information in the quotation information
and applied to resource levels assessed as those included in the quotation
information. Should prices be required for items additional to those in the sample
Work Packages the Supplier submits details to substantiate those prices based on
information supplied in the quotation information. The Supplier includes in his
proposal a percentage discount on the Prices for the Work Package if the scale or
timing of the proposed Work Package provides efficiency savings from the costs
included in the quotation information
Other information
3.19 In addition to the above, Suppliers must return the other information set out in
Annex A.
Issue 1, Rev 1
Page 10
October 2011
GSF Framework RFP Vol1
4
4.1
Secondary Competition
Request for Proposal
ASSESSMENT PROCEDURE
During the assessment period the quality panel reserves the right to seek
clarifications in writing or by means of clarification meeting from all or any of the
suppliers, to assist in its consideration of their proposals
Capacity and capability
1.2
A quality panel assesses the ‘capability and capacity’ using the table1 in Annex E
.if the capacity and capability is found not to be acceptable the Supplier may not be
taken any further. (See process flow in Annex F) The quality panel may seek
clarification during the marking process to remove any uncertainty over the
meaning of a proposal.
Marking the Quality Submission
4.2
A Quality Assessment Panel will mark each Quality Submission for the lot applied
for. The Panel will determine which Quality Submission provides the Highways
Agency with the most confidence that the Employer’s objectives will be delivered
and continual improvement achieved.
4.3
The Quality Assessment Panel will award marks for the assessment criteria using
the marking system given in Table 2 and/or 3 [compiler to delete as necessary] of
Annex E.
4.4
Any uncertainty over the meaning of the Quality Submission will be removed via
clarifications before the Quality Assessment Panel complete their marking.
4.5
The minimum quality requirement for this contract is to reach a threshold of 60 for
the quality submission. A tender that has failed to achieve the minimum quality
requirements may not be considered further in the tender assessment, and if
excluded, the Tenderer will be notified by the Procurement Officer. The Highways
Agency reserves the right to select tenderers below the threshold.
4.6
The tender with the highest total quality mark will be given a score of 100. The
score of other Tenderers will be calculated by deducting from 100 one point for
each full percentage point by which their mark is below the highest mark. Example
show in Annex J
Marking the financial submission
4.7
A Financial Assessment Panel will calculate a price for each Tenderer who has not
been excluded. The price will be calculated from the Prices set out in the resource
cost schedule for each of the pricing Options and applied to a mix of sample Work.
4.8
The lowest priced tender will be given a score of 100. The score of other Tenderers
will be calculated by deducting from 100 one point for each full percentage point by
which their price is above the lowest price.
Combining scores
4.9
The Quality Submission score and the financial score will be combined in the ratio
50:50 applied to the quality and financial scores respectively. The total will be
Issue 1, Rev 1
Page 11
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
expressed to one decimal place. A worked example demonstrating the scoring
system is set out in Annex J.
Notification of Result of Secondary Competition
4.10 When satisfied that the correct procedures have been followed the HA Framework
Board endorses the results of the competition
4.11 If a submission is accepted, the Contracting Body will issue a Package Order to the
Supplier to perform the Works set out in the Work Package and inform the
unsuccessful suppliers.
4.12 The Contracting Body reserves the right not to proceed with any proposal made in
response to a Request for Proposal.
Issue 1, Rev 1
Page 12
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
Annex A - Documents
List of documents included with the Request for Proposal
The following documents are included with this request:
This document - Volume 1 - Secondary Competition Request for Proposal
Volume 2 – Framework Contract data - Part 1 and 2
Volume 2 - Annex A : Subcontract Package Order Contract Data Part 1 and Part
2
Volume 3 – Service Information
Volume 4 – Capability and Capacity Questionnaire
The following parts of the tender documents must be returned using the format
provided:
1.
Sub-Contract Data Part Two (Template from FI)
2.
Form of Risk register
3.
Form of Key staff register
List of documents to be returned with the tender
1) List of documents to be returned with in Volume 1 the Qualification envelope
a. Capability and Capacity
b. Quality Submission
c. Programme or programme commentary when appropriate (A3 or two
sides of A4 are not included against overall page count)
d. Key Staff Schedule (CVs should be provided but are not included
against page count) (if required)
e. Risk Register (is not included against page count)
2) List of documents to be returned within Volume 2 the Technical envelope
a. Quotation (Pricing Submission Rate Calculator, BoQ or Short
Schedule)
b. Contract Data Part 2
Proposals from Suppliers are requested to submit confirmation that they
will undertake responsibility for dealing with insurance claims (or parts of
such claims) within the excess amount.
Issue 1, Rev 1
Page 13
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
Annex B - RFP QUERY FORM
RFP queries are to be issued in electronic form on the proforma below and submitted via
the e-sourcing portal. All details are to be included on this form, and no further
attachments are to be sent.
A separate sheet should be used for each query.
RFP QUERY FORM
<<<Insert Scheme Name>>>>>>
Enquiry Reference:
Supplier:
Query:
(Single query per sheet)
Issued by:
Date:
A copy of this form is included as a Word File
Issue 1, Rev 1
Page 14
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
Annex C - Indicative timetable
Item
Activity
Date
1
Issue Request for Proposal
3
Submission to be submitted no later
than
4
Assessment of proposals for quality
and prices
5
Initial notification of winning
Supplier to all Suppliers
6
Issue of Package Order
Issue 1, Rev 1
Page 15
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
Annex D – Capability Statement
The supplier is provide a statement (maximum of 2 pages) and return the
completed table contain in Volume 4 of the RFP to show they have adequate
resources and people to undertake the work package. The people should show
they have an adequate level of training, skill and experience available. This
statement shall also contain proof of there companies sector scheme
accreditation to those outline below.
o
Sector Scheme 3 - Stockists / Distributors of Industrial Fasteners and
Associated Items (this may be a sub-supplier)
o
Sector Scheme 19A – Corrosion protection of ferrous metals by
Industrial Coatings
o
Sector Scheme 20 – Execution of Steelwork in Transportation
Infrastructure Assets
Suppliers are asked to provide copies of their current Sector Scheme
Accreditation (certificates and relevant CV’s are excluded from the page count)
If there current accreditations expire during the currency of the project (before
April 2014) then please provide a statement which confirms that renewals will be
secured.
Suppliers also asked to provide evidence of their current registration for the
Bridgeworks Scheme of the Register of Qualified Steelwork Contractors (RQSC)
(excluded from page count)
Issue 1, Rev 1
Page 16
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
Annex E - Assessment Procedure
Table 1 - Capacity and capability
This is a barrier question and must achieve a pass in order for the RFP to be
assessed.
(See process flow in Annex F)
Does the Supplier have sufficient resources
available (when required) for the proposed Work
Package and do the people have the required
training, skill and experience?
Not Acceptable
The available resources are considered be
insufficient or the people have unsatisfactory levels
of training, skill or experience There is insufficient
capacity to provide the work to the required
programme
Acceptable
Resources are adequate and people having an
adequate level of training, skill and experience are
available
Issue 1, Rev 1
Page 17
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
Table 2 –Quality Submission
Lot 1
How well do the proposals meet the
requirements of the Fabrication,
Transportation, and Erection phase and
demonstrate an understanding of the
risks to the work?
Mark
Weak
The proposal has not considered fully the
requirements of the framework contract
and fails to demonstrate appropriate cost
and risk control.
1-5
Acceptable
The proposed identifies appropriate
resources and programme adequate for
the methodology described, but insufficient
attention has been paid to risk
management and collaborative working.
6-7
Good
The proposals show a well thought out
balance between the resources required to
carry out the work and the resources and
approach proposed to mitigate the risks to
the work and collaborative working. The
proposals also include specific project
initiatives which give a high confidence of
completing the work.
8-9
Excellent
The proposals include highly innovative
initiatives which are very relevant to the
Fabrication, Transportation, and Erection
phase with a strong collaborative approach
to working.
10
Issue 1, Rev 1
Page 18
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
Lot 2
How well do the proposals meet the
requirements of the Removal,
Transportation, Refurbishment and
Erection phase and demonstrate an
understanding of the risks to the work?
Mark
Weak
The proposal has not considered fully the
requirements of the framework contract
and fails to demonstrate appropriate cost
and risk control.
1-5
Acceptable
The proposed identifies appropriate
resources and programme adequate for
the methodology described, but insufficient
attention has been paid to risk
management and collaborative working.
6-7
Good
The proposals show a well thought out
balance between the resources required to
carry out the work and the resources and
approach proposed to mitigate the risks to
the work and collaborative working. The
proposals also include specific project
initiatives which give a high confidence of
completing the work.
8-9
Excellent
The proposals include highly innovative
initiatives which are very relevant to the
Removal, Transportation, Refurbishment
and Erection phase with a strong
collaborative approach to working.
10
Issue 1, Rev 1
Page 19
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
Annex F – Flowchart of Quotation
Procedure
Secondary Competition Flow Chart
Call-off from Framework
Innovation,
Continuous
Improvement &
Collaboration
feed in through
MST scores
Scheme Specific
requirements
Incl Works Information
Scheme Specific
Contract Data Part
1
Supplier able
to participate
in secondary
competition
Supplier’s
Proposal
Scheme Specific Bill
of Quantities or
Activity Schedule
Main Framework
Tender information
(Quotation
Information)
E.g. Lump sums,
tendered rates
Past Performance,
MST scores
Are MST scores
above threshold?
OR is a
Remediation plan
in place?
Yes
Does supplier
have sufficient
capacity /
capability?
No
No
Agree &
implement
remediation plan
Supplier excluded
from this secondary
competition
Yes
Supplier’s Optional
Alternative Proposal
Quality
Assessment
Price
Assessment
Quality
Assessment
Price
Assessment
Assess
Assess
Assess
Assess
Combined
Score
50% Quality
50% Price
Combined
Score
50% Quality
50% Price
Select Best
Overall value
Issue 1, Rev 1
Page 20
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
Annex G – Form of risk register [ASF supplier to identify key risk and if require
to add additional]
Suppliers should identify the risks for the Work Package and describe the
action proposed to deal with the risk. Add additional lines as required.
Number
Issue 1, Rev 1
Risk Description
Proposed Action to deal with risk
Page 21
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
Annex H - Form of key staff schedule
Tenderers should identify the key people for the listed posts, and add any further key
people. The minimum period of availability of each member of staff must be stated. A
CV for each person should be included. The maximum length of each CV is 2 sides
of A4 paper. The CV should emphasise the key skills relevant to this particular
contract.
Key people
Post
Issue 1, Rev 1
Name
Page 22
Minimum
period of
availability
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
Annex I – Volume 2 Pricing Submission {ASF compiler to identify activity and
quantity]
For Work Packages treated as Option A or Option C:
Activity Schedule:
Activity
Price
Total
Discount ….%
Total of the Prices for Work Package
For Work Packages treated as Option B:
Completed bill of quantities
Issue 1, Rev 1
Page 23
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
For all Work Packages:
Resource Cost Schedule:
Provide one table for each activity or bill of quantities item.
Activity / bill of quantities item ……….
Description
Quantity
Unit
cost
Price
People
Equipment
Materials
Charges
Transportation
Total
Fee ….%
Price for activity/ bill of quantities item
Issue 1, Rev 1
Page 24
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
Annex J Example of Scoring Method for GSF [ASF compiler to insert own question as
listed in 3.12]
Example Quality Submission Scoring Sheet
Supplier Name
A
Quality
Quest
No
Question
1
Resources
6
Based on the programme and the quantity of work, please confirm the
names and the minimum period of availability of each member of staff must
be stated for your key people in the form provided in Annex H. A CV for
each key person should be included. The CV should emphasise the key
skills relevant to this particular contract. An organisation chart should be
provided showing how the interfaces with the Contracting Body will
function.
Under-slung Gantry Installation
8
2
3
Score
The project requires the installation of new under-slung gantries on both Witton
Viaduct and Bromford Viaduct (5no. in total). Please describe your proposed
installation sequence / methodology for the under-slung steelwork element of
these gantries explaining how dimensional accuracy will be achieved, how
temporary loading of the existing longitudinal beams will be managed or avoided
and how, for those locations where the under-slung beams project outside of the
Highway land take, third party interfaces will be managed. Also, please indicate
what temporary works will be required for the installation process
Lifting Operations on Viaducts
A number of the new gantries and the gantries to be refurbished are located on
existing viaducts. Please outline the additional considerations that you will take
account of when planning lifting operations and introducing temporary loadings on
these viaducts.
Max
Score
Normali
sed
Score %
10
60
10
80
9
10
90
4
Gantry Removal / Erection in the Vicinity of Overhead Power Lines
A number of the new gantries and the gantries to be refurbished are located in
close proximity to high voltage overhead power lines. The latest Carillion Guidance
Document for Lifting Operations stipulates that the minimum safe distance for
lifting operations near overhead power lines on steel pylons is the length of any
extended element of the lifting equipment plus 15 meters. With this in mind, please
describe your proposed installation techniques for those gantries in close proximity
to overhead power lines using the gantry at MP 190/7+65 as a specific example.
7
10
70
5
Gantry Fit Out - Pre-Erection (max 2 sides)
6
10
60
Prior to the installation of the gantry beam, we would be intending to pre-fit much
of the associated communications equipment (i.e. cable, junction boxes, etc.). It is
currently envisaged that this work will be done at a facility provided by ourselves.
However, based on your recent experience, do you have any recommendations for
an alternative and potentially more cost effective approach?
Total
36
50
72%
Issue 1, Rev 1
Page 25
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
Looking at four suppliers who returned Tenderers as an example the total quality
marks and scores were:
Scores
Quality
Tender Submission
Marks
A
B
C
D
Calculation for Tenderer A
against Tender D
72.0
63.
71.
75
96
84
94
100
72/75 x 100 = 96
There were no tender quality mark received that were below 60 marks therefore all
suppliers financial bids were assessed.
2. Scoring the Financial Bid.
The lowest tender would receive a score of 100 and then the other totals will have
one point deducted for each percentage point by which the total exceeds that of the
lowest price marked. In this example, for the sake of illustration, A’s Financial bid is
lowest so it gets a top score, followed in order by D next, and B last (i.e. the highest
bid). The scoring procedure then applied gives:
Tender
A
B
C
D
3.
Value
£1,261,230
£1,568,440
£1,465,880
£1,387,520
Score
100
76
84
90
Combining the Quality ("Q") and Financial ("F") Marks
The quality and financial scores are combined on the ratio 50/50 and give the
following result.
Tenderer
A
B
C
D
Quality
Score
96
84
94
100
Financial
Score
100
76
84
90
Combined
Score
98.0
80.0
89.0
95.0
In this example the four Tenderers with the highest total combined scores are A (with
a score of 97.1 out of a possible 100), D (95.0). C (89.9), B (80.3).
Issue 1, Rev 1
Page 26
October 2011
GSF Framework RFP Vol1
Secondary Competition
Request for Proposal
Annex K – Guidance On The RFP Document Pack
1.
GSF Framework RFP Document Pack
The RFP pack contains 4 documents, as detailed in the below.
Volume 1 - Secondary Competition Request for Proposal
Volume 2 – Framework Contract data - Part 1 and 2
Volume 2 - Annex A : Subcontract Package Order Contract Data Part 1 and Part 2
Volume 3 – Service Information
Volume 4 – Capability and Capacity Questionnaire
Issue 1, Rev 1
Page 27
October 2011
© Copyright 2026 Paperzz