Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option (redactions made under FOIA exemptions Section 40 Personal Information) Highways Agency Consultancy Contract Instructions for Tenderers February 2012 Issue 2 Revision 1 1 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Highways Agency Consultancy Contract Instructions for Tenderers Contents amendment sheet Amend. No. Issue Date Amendments 0 June 2009 Issue 1 revision 0 draft 1 January 2011 Issue 2 revision 0 February 2012 Issue 2 revision 1 Addition clause 2.7.3 Annex K - Anti Bribery Code of Conduct Issue 2 Revision 1 2 Initials Date April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option List of Contents 1 THE TENDER PERIOD PROCESS ........................................................... 4 1.1 1.2 1.3 1.4 1.5 1.6 2 General ...................................................................................................... 4 Documents ................................................................................................ 5 Tender communications ............................................................................. 6 Meetings .................................................................................................... 6 Tender Programme .................................................................................... 7 Cancellation of tender ................................................................................ 7 SUBMISSION OF TENDERS .................................................................... 8 2.1 2.2 2.3 2.4 2.5 2.6 3 General ...................................................................................................... 8 Quality Statement ...................................................................................... 8 Key people ............................................................................................... 10 Activity Schedule ..................................................................................... 10 Resource costs ........................................................................................ 10 Other information ..................................................................................... 11 TENDER ASSESSMENT PROCEDURE ................................................. 12 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 3.9 4 Evaluation Method ................................................................................... 12 General .................................................................................................... 12 Marking the quality submissions .............................................................. 13 Marking the financial submission ............................................................. 13 Combining scores .................................................................................... 14 Validating the Quality Statement .............................................................. 14 Validating the financial information........................................................... 14 Determining the Preferred Bidder............................................................. 15 Team Confirmation .................................................................................. 15 TENDER AWARD ................................................................................... 16 4.1 General .................................................................................................... 16 ANNEXES ................................................................................................................17 Annex A - Tender Documents ............................................................................. 18 Annex B - Tender Query Form ............................................................................ 20 Annex C - Indicative Tender Period Timetable..................................................... 21 Annex D - Quality submission requirements ........................................................ 22 Annex E - Quality Assessment ............................................................................ 26 Annex F - Build up of staff rates........................................................................... 31 Annex G - Determination of Successful Tender ................................................... 32 Annex H - key people schedule ........................................................................... 34 Annex J –Fair Payment Charter........................................................................... 35 Annex K – Anti Bribery Code of Conduct ............................................................. 36 Annex K- Anti Fraud Code of Conduct……………………………………………...39 Issue 2 Revision 1 3 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option 1 THE TENDER PERIOD PROCESS 1.1 General 1.1.1 These Instructions for Tenderers apply to the submission of tenders for Dartford Free-Flow Charging Project- Technical Consultancy. The tender process is carried out under the restricted procedure following the publication of contract notice no 2011/S 235-381204 dated 2nd December 2011. 1.1.2 The process seeks to determine the most economically advantageous tender to the Highways Agency. This will be a compliant bid with a validated overall score higher than any other Tenderers’ overall score. 1.1.3 Tenders must be submitted in accordance with these Instructions. Tenders not complying with these Instructions may be rejected by the Highways Agency whose decision in the matter will be final. These Instructions will not form part of the proposed contract. 1.1.4 The Procurement Officer for this competition and their contact details are: (redacted) Highways Agency; Woodlands; Manton Lane; MK41 7LW; email: (redacted) 1.1.5 Any enquiries concerning this tender should be directed through the Highways Agency e-Sourcing portal https://highways.bravosolution.co.uk. Contact with the Procurement Officer must be made via the e-Sourcing portal https://highways.bravosolution.co.uk only. Except where otherwise directed in these Instructions, Tenderers must not contact any person in relation to this competition other than the Procurement Officer or, if nominated, their designated deputy. The name of any designated deputy will be confirmed in writing. 1.1.6 The tender must be treated as private and confidential. Tenderers should not disclose the fact that they have been invited to tender or release details of the tender 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 preparing the tender. Tenderers should not release information concerning the invitation to tender and/or the tender documents for publication in the press or on radio, television, screen or any other medium. 1.1.7 Under the Freedom of Information Act 2000 and the Environmental Information Regulations 2004 the Highways Agency may be obliged to disclose information relating to responses to this tender. Tenderers may request that certain information is not disclosed if to do so would prejudice their legitimate commercial interests or is otherwise exempt from disclosure under the Act. Requests for non-disclosure must accompany the tender and include clear and substantive justification together with a time limit when any confidential information could be disclosed. The terms of any confidentiality agreement would, if requested, be available for disclosure. Issue 2 Revision 1 4 April 2012 Highways Agency Model Consultancy Contract 1.1.8 Instructions for Tenderers Project Contract - Cost Option Under the Office of Government Commerce’s Guidance Note dated December 2010 entitled “Transparency - Publication of New Central Government Contracts”, the Highways Agency is obliged to publish the responses to this tender and the provisions of any contract let pursuant to it, excluding only information which is exempt from disclosure pursuant to the Freedom of Information Act 2000. The Highways Agency’s initial view is that the only materials likely to be excluded from publication on this basis are as follows: Part B of the Quality Statement CVs for the persons listed in the key people schedule Build-ups of the prices in the activity schedule and the resource cost schedule (but not the total prices) 1.1.9 The Tenderer is invited to identify (with reasons) those materials which he wishes to see excluded from publication based on the parameters set out above. The Tenderer acknowledges that the final decision as to which materials are excluded from publication rests with the Highways Agency in its sole discretion. Any submission by the Tenderer under this paragraph is for information only and will not be taken into account in the tender assessment process, nor will it form part of any contract between the Highways Agency and the Tenderer. 1.1.10 Tenderers must advise the Highways Agency if their ownership or the ownership of any member of their tendering consortium (or their parent company) changes, or any organisation involved in the preparation of this contract is acquired by them or by any member of their consortium (or an associated company). If the Highways Agency considers that a change in ownership has created a potential conflict, the Highways Agency may exclude a conflicted Tenderer from the tender assessment. If excluded, the Tenderer will be notified by the Procurement Officer. If employment on this scheme causes a conflict of interest for a supplier with an existing Highways Agency project they are working on then they must notify the Highways Agency immediately Any supplier who is successful in this scheme may not be employed on the future work for Dartford-Free Flow Charging Project- Workstream 1 (Back Office Works) 1.2 Documents 1.2.1 Instructions relating to documentation are contained in Annex A. Issue 2 Revision 1 5 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option 1.2.2 Any drawings, prints, specifications, data, calculations and analyses issued to Tenderers in connection with this tender remain the property of the Highways Agency. All such information issued to Tenderers may only be used for the purpose of tendering. Such information should not be disclosed to persons unconnected with the tender and should be returned to the Highways Agency on completion of tender procedures. These provisions apply equally to drawings and other information supplied for the purpose of the tender, the property rights of which vest in a third party. 1.3 Tender communications 1.3.1 Any queries from Tenderers regarding the tender documents must be made by e-mail on the form supplied in Annex B and sent to the Procurement Officer via the e-Sourcing portal no later than 21 days prior to the date of return of tenders. 1.3.2 All tender queries will be acknowledged and answered by the Procurement Officer. Queries regarding the tender documents and the responses to the queries will be issued to all Tenderers. If any answer requires a change to the tender documents then a tender amendment will be issued. 1.3.3 Tender amendments are changes to the tender documents that are made in writing by the Procurement Officer and issued to all Tenderers. Only in exceptional circumstances will tender amendments be issued after tenders have been submitted. In such circumstances, the Procurement Officer will notify all Tenderers of the required action. 1.3.4 Highways Agency officers and their consultants do not have the authority to make any change to the tender documents except through a tender amendment issued by the Procurement Officer. If a statement is made at any meeting that a Tenderer considers is not in accordance with the tender documents then the Tenderer must refer the matter to the Procurement Officer as a tender query. 1.4 Meetings 1.4.1 Tenderers will have the opportunity to meet members of the Highways Agency at a tender meeting as set out below. 1.4.2 It is anticipated that a meeting will be held during week 3 or 4 of the tender period, to explain, discuss and answer questions on the tender process. During this meeting, the following topics will be covered by the Highways Agency. Information on the proposed contract by representative(s) of the Project Team, identifying and explaining any project specific issues of importance to the tender submission Issue 2 Revision 1 6 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option A presentation by representative(s) of the Procurement Team, setting out the tender process, timeframe, and an explanation of the tender marking system 1.4.3 Tenderers will have an opportunity to ask questions at this meeting. The tender meeting will last for approximately 2 – 3 hours, and places are limited to a maximum of 2 people per tenderer 1.4.4 Any tender queries must be submitted in accordance with the procedure set out above. 1.5 Tender Programme 1.5.1 The tender programme is included at Annex C. 1.6 Cancellation of tender 1.6.1 If the Highways Agency decides to cancel the tender or evaluation process at any stage, not to proceed with any proposal made in response to this Invitation to Tender or not to accept the Supplier's tender for any reason the Highways Agency is not liable to reimburse any costs or losses incurred by the Supplier in considering or submitting a tender in response to this Invitation to Tender or otherwise in connection with this competition. Issue 2 Revision 1 7 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option 2 SUBMISSION OF TENDERS 2.1 General 2.1.1 Tenders and supporting documents must be written in English. 2.1.2 Tenders must be submitted in accordance with the tender documents including any tender amendments. Tenders must not be qualified or accompanied by statements or a covering letter that might be construed as rendering the tender equivocal. Unauthorised alterations or additions must not be made to any component of the tender documents. The Highways Agency’s decision as to whether or not a tender complies with these Instructions will be final. 2.1.3 The Tenderer must sign and return the Highways Agency Fair Payment Charter included at Annex J the Anti Bribery Code of Conduct included at Annex K and the Anti Fraud Code of Conduct included at Annex K before a Tender can be accepted. 2.1.4 Tenders not received by the Highways Agency by the tender return date and time may be excluded from further consideration and returned to Tenderers. Offers should remain open for acceptance for 120 calendar days from the tender return date. 2.1.5 The Form of Tender will be incorporated within the questions on the eSourcing portal. No unauthorized alteration or addition should be made to any component of the tender documents. Any response in the negative may lead to the rejection of your tender. The tender should be returned together with the documents listed in Annex A via the Highways Agency e-Sourcing portal at https://highways.bravosolution.co.uk for the Dartford Free-Flow Charging Project- Technical Consultancy in the volumes set out in Annex A. Documents are to be in Microsoft Office 2003 format. 2.1.6 Further notes on the contents of these documents are given below. 2.1.7 The tender should be sent via the Highways Agency e-Sourcing portal at https://highways.bravosolution.co.uk for the Dartford Free - Flow Charging Project-Technical Consultancy. Volume 1 2.2 Quality Statement 2.2.1 The Quality Statement must follow the structure set out and cover the Items described in Annex D and linked to the Client Task Brief and Product Deliverable Schedule. The Quality Statement must present each Item in two separate parts: Part A, the proposed approach and methodology to the contract; and Part B, evidence from previous projects undertaken by the Tenderer to demonstrate that the proposed approach is likely to be successfully delivered. Issue 2 Revision 1 8 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option 2.2.2 The approach to this contract is to be described in Part A of the Quality Statement in the form of proposals and quality procedures. The proposals are to consist of material explaining how, if awarded this contract, the Tenderer intends to Provide the Services. The quality procedures are to set out how the proposed activities are to be carried out. The quality procedures are required to be incorporated into the successful Tenderer’s Quality Plan, and are limited to statements that will become contractual obligations. 2.2.3 Tenderers are to provide a detailed submission setting out their proposed approach and methodology for the work to be carried out. This submission will be included and marked in accordance with Table 2. It is to include the programme identified in the Contract Data, resource requirements and risk register. The timing and content of the required deliverables is to be shown on the programme. 2.2.4 The resources are to be itemised in sufficient detail to enable the resource implications of their proposals to be fully understood. Entries for people are to identify the posts rather than the people, however names of the key staff should be identified along side these as recourses will be taken into account and incorporated into the assessment of part A Approach and HA need to be able to match up key people to their CVs. 2.2.5 The risk register is to include the action to be taken by the Tenderer to avoid or reduce the risk and how allowances for the risk have been made in the tender. Following award, the risk register from the successful Tenderer will be treated as the first Risk Register under the contract. 2.2.6 The evidence in Part B of the Quality Statement is to consist of verifiable statements showing how the approach proposed in Part A has been developed from the successful delivery of similar work. 2.2.7 The Quality Statement, which includes Part A (approach and methodology) and Part B must not exceed the page limit, which is 20 sheets of A4 paper (40 sides). The programme must not exceed 1 side of A1 paper. A CV for each person should be included. The maximum length of CV is 2 sides of A4 paper. The CV should emphasise the key skills relevant to this particular project. 2.2.8 The key people schedule and programme are not included in this page limit. A CV for each person should be included. The maximum length of CV is 1 page (2 sides) of A4 paper. The CV should emphasise the key skills relevant to this particular project. CVs will be taken into consideration during the Quality assessment of part A approach but may also be referred to for part B evidence and may form part of validation if HA decide to interview any key staff of the highest overall scoring bidder. 2.2.9 Tenderers should print on both sides of each sheet and may use A3 paper 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 Issue 2 Revision 1 9 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option entire Quality Statement including paper covers, title pages, drawings, diagrams, flow charts and annexes. The page limit does not include clear protective plastic covers. The pages of the Quality Statement must be numbered. Page numbers and other header or footer information may be included in the margin space 2.2.10 If the submitted Quality Statement exceeds the page limit then any pages exceeding the limit will be discounted. 2.3 Key people 2.3.1 Tenderers are to return a completed key people schedule in the form set out in Annex H. The minimum period of availability in hours is to be given for each named person. Volume 2 2.4 Activity Schedule 2.4.1 Tenderers are to provide a priced activity schedule. 2.4.2 The Prices are to be based on the forecast Time Charge for the work required for each activity on the activity schedule. A tender that is priced on any other basis will be rejected. 2.5 Resource costs 2.5.1 Tenderers are to provide 2.5.2 a list of staff rates for the people proposed for this contract, for staff that may be required for a public information and marketing campaign (they will not be used in the tender assessment and will be provided separately, but will be used for any future compensation events) staff rates submitted will be used for all future Compensation Events a detailed build up of each rate on the list of staff rates in the form set out in Annex F, showing how the rate is linked to demonstrable costs, and a resource cost schedule detailing the costs of the work identified in the Quality Statement. The resource cost schedule is to identify and price the individual resources set out in the quality statement part Aproposed approach and methodology section of the submission. The rates for each person are to be the rates identified in the list of staff rates. Each operation on the programme should be separately identified in the schedule. The staff rates for people are to be calculated in accordance with the Schedule of Cost Components, and a tender that is priced on any other Issue 2 Revision 1 10 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option basis will be rejected. Tenderers are to use the same profit level in each staff rate build up. 2.5.3 Any payment of T&S (which will be included in the activity schedule) will be in accordance with the Highways Agency Travel and Subsistence Code. 2.6 Other information 2.6.1 Every Government Department is required to take suitable precautions to safeguard its information. Information Assurance is the confidence that information and communications systems will protect the information they handle, and will function as and when they need to under the control of legitimate users. Tenderers are to provide a description of their proposals for handling information so that the suitability of their proposed Information Assurance solutions can be assessed. 2.6.2 In addition to the above, Tenderers must return the other information set out in Annex A. 2.6.3 The Tenderer must: a. Confirm they have no Parent Company or b. Submit from their ultimate Parent Company either: a certified copy of the Board minutes from their ultimate Parent Company clearly and unambiguously confirming that the ultimate Parent Company will enter the Parent Company Guarantee when requested; or a letter signed by the Company Secretary and a Director (or two Directors) of the Tenderer’s ultimate Parent Company clearly and unambiguously confirming that the ultimate Parent Company will enter the Parent Company Guarantee when requested. If the Tenderer does not return a certified copy of the minutes or a signed letter as above, then its tender will not be considered and will be rejected. The Parent Company Guarantee that the Tenderer’s ultimate Parent Company will be required to enter into is included in the document titled Parent Company Guarantee with the form of tender and agreement by deed. Issue 2 Revision 1 11 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option 3 TENDER ASSESSMENT PROCEDURE 3.1 Evaluation Method 3.1.1 The assessment of tenders will be carried out in three stages. In the first stage, the Procurement Officer will check for tender compliance and panels will judge tender submissions, based wholly on the contents of the tender submission which must therefore contain all the information which Tenderers wish to be considered. The second stage will involve the verification of the quality submission and financial information. The final stage involves confirmation of the availability of key people. 3.1.2 The Quality Assessment Panel and the Financial Assessment Panel will work independently and will not have access to each other's assessments until after the verification of the quality submission and financial information. 3.1.3 The assessors will keep in mind three key questions when reviewing submissions: 3.1.4 Confidence: Do the proposed team, organisation and proposals give reassurance that the Tenderer is likely to deliver a flexible, driven, well balanced and improving service in a sustained manner meeting the objectives of the HA? Value: Do the proposals provide best value to the HA? Risk: Has the submission identified all the risks presented by the proposal in delivering specified service levels and meeting HA objectives? What has been put in place to control these risks and have contingencies been applied where appropriate? Clarifications are statements requested from Tenderers by the Procurement Officer to remove any uncertainty over the meaning of the tender. Clarifications will be recorded in writing. If necessary to complete their marking, the Assessment Panels will seek clarifications from the Tenderer via the Procurement Officer. If a clarification provides information not requested by the Procurement Officer then this information will not be accepted and may lead to the rejection of a tender. Stage 1 3.2 General 3.2.1 An equivocal tender or a tender which does not comply with the tender documents, including any tender amendments, may result in the tender being rejected. 3.2.2 The Highways Agency will assess whether the Information Assurance solutions submitted provide adequate protective security for personal and confidential information. The Procurement Officer may refer any concerns to Issue 2 Revision 1 12 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option the appropriate Tenderer, and unless the Tenderer is able to demonstrate that its proposals can be relied on, the tender will be rejected. 3.3 Marking the quality statement submissions 3.3.1 A Quality Assessment Panel will mark the Quality Statement. The Panel will determine which Quality Statement provides the Highways Agency with the most confidence that the Employer’s objectives will be delivered and continual improvement achieved. 3.3.2 The Quality Assessment Panel will award marks for the assessment criteria using the marking system given in Table 1 of Annex E and determine the total mark by completing Table 2 of Annex E. In marking this section, the panel will take into account the material supplied in the key people schedule. 3.3.3 Any uncertainty over the meaning of the Quality Statement will be removed via clarifications before the Quality Assessment Panel completes their marking. No further requests for clarifications on the Quality Statement will be made after the marking is completed. 3.3.4 The Quality Statement will be given marks out of a maximum of 100. 3.3.5 The minimum quality requirement for this contract is to reach a threshold of 60 percent for the quality statement 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. 3.3.6 The mark for the Quality Statement will be combined in the ration of 70:30 respectively. 3.3.7 The tender with the highest total 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. 3.4 Marking the financial submission 3.4.1 A Financial Assessment Panel will calculate a price for each Tenderer who has not been excluded on the following basis: a) the total of the Lump Sum prices in the activity schedule; b) Programme identifying all the key activities in the scope and employers deliverable schedule with start and completion dates, milestones and costs. 3.4.2 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. Issue 2 Revision 1 13 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option 3.5 Combining scores 3.5.1 The quality score and the financial score will be combined in the ratio 70:30 applied to the quality and financial scores respectively. The total will be expressed to one decimal place. A worked example demonstrating the scoring system is set out in Annex G. 3.5.2 The tender with the highest total combined score will be validated. In the event of more than one tender with the same total combined score, these tenders will be validated. 3.5.3 The Procurement Officer will inform Tenderers whether or not they have been identified for validation. Such notifications must not be taken as inferring acceptance of any tender. Stage 2 3.6 Validating the Quality Statement 3.6.1 The Quality Assessment Panel will validate Part B of the Quality Statement to determine whether the Tenderer can substantiate its Part B evidence. 3.6.2 The Quality Assessment Panel will not reconsider the Part A information or marks, nor will they seek or permit any further clarifications in relation to the Quality Statement. The tender cannot be modified during the validation stage, and therefore Part B marks cannot be increased above those assessed in Stage 1. 3.6.3 In validating Part B of the Tenderers’ Quality Statements, the Quality Assessment Panel will use any practical means, and may approach any person or organisation named in the Quality Statement as part of the validation. The validation may include meetings with the Tenderer. 3.6.4 The Quality Assessment Panel will reconsider their Part B marks in the light of their findings. If lower marks are awarded then the overall marks and scores will be re-calculated. 3.7 Validating the financial information 3.7.1 The Financial Assessment Panel will validate the tenders to check that the staff rates are representative of the likely costs to be incurred. 3.7.2 As part of this assessment, the Financial Assessment Panel may ask to be provided with original evidence that demonstrates that the allowances made are based on costs actually incurred. The team may wish to interview appropriate accounting staff to provide the level of satisfaction required. 3.7.3 Failure to provide satisfactory evidence to support any part of this aspect of the tender may result in the tender being rejected. Issue 2 Revision 1 14 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option 3.8 Determining the Preferred Bidder 3.8.1 Following validation, if the total combined score remains the highest, then that tender becomes the Preferred Bidder. 3.8.2 If validating the financial information has led to the rejection of a tender, or the Tenderer’s total combined score has been changed, and is no longer the highest score, the Tenderer with the highest total combined score is validated. This process continues until a tender with a validated total combined score higher than other bidders has been identified. This Tenderer becomes the Preferred Bidder. 3.8.3 The Procurement Officer will inform Tenderers whether of not they have been identified as the Preferred Bidder. Such notifications must not be taken as inferring acceptance of any tender. Stage 3 3.9 Team Confirmation 3.9.1 Following validation and before a contract is awarded the Highways Agency will require confirmation that the team offered in the key people schedule is available to start the project. 3.9.2 Failure to offer a compliant team may lead to the rejection of the tender. Issue 2 Revision 1 15 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option 4 TENDER AWARD 4.1 General 4.1.1 The Highways Agency reserves the right not to proceed with any proposal made in response to this invitation. 4.1.2 Tenderers will be given feedback on their tenders shortly after the assessment has been completed. 4.1.3 Prior to the award of any contract the Preferred Bidder must provide evidence that insurance required by the contract is in place. 4.1.4 The contract will be executed as a Deed under seal. 4.1.5 Details of the Contract Award will be published in the Official Journal of the European Union. 4.1.6 Any drawings and other documents not returned with the tender should be sent to: (redacted) Highways Agency Woodlands Manton Lane MK41 7LW Issue 2 Revision 1 16 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option ANNEXES Issue 2 Revision 1 17 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Annex A - Tender Documents 1 List of Documents with Invitation to Tender 1.1 The following documents are included with the invitation: 1.2 1 Instructions for Tenderers. 2 Contract Data Parts one and two. 3 Form of Tender. 4 Form of Agreement. 5 Scope. 6 Client Task Brief. 7 Product Deliverable Schedule. 8 Schedule of Cost Components. 9 Highways Agency Motivating Success Toolkit. 10 Fair Payment Charter. 11 Highways Agency scale of Travel and Subsistence payments 12 Anti Bribery Code of Conduct 13 Anti Fraud Code of Conduct 14 Parent Company Guarantee The following parts of the tender documents are included in a form to allow electronic preparation of the information required: 1 Tender Query Form. 2 Form of Tender. 3 Former for buildup of staff rates. 4 Form for key people schedule. 2 List of Documents to be returned with the Tender 2.1 The following documents are to be completed and returned by Tenderers with their Tenders in Volume 1: 2.2 1 The Quality Statement. 2 The completed key people schedule.& CVs 3 Fully resourced programme & risk register (unpriced) The following documents are to be completed and returned by Tenderers with their Tenders in Volume 2: 1 The Completed Form of Tender. 2 Completed Contract Data Part Two. 3 A priced activity schedule 4 A priced activity schedule for marketing campaign Issue 2 Revision 1 18 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option 5 The resource cost schedule, including detailed build up of each staff rate. 6 A description of the proposed Information Assurance solution 7 Summary of relevant insurance policies including certificates where appropriate. 8 Statement undertaking responsibility for dealing with insurance claims or parts of such claims within the excess amount. 9 Completed Fair Payment Charter. 10 Electronic copy of the resource cost schedule. 11 Completed Anti Bribery Code of Conduct. 12 Completed Anti Fraud Code of Conduct Issue 2 Revision 1 19 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Annex B - Tender Query Form Tender queries are to be entered in electronic form as below via the Highways Agency e-Sourcing portal at https://highways.bravosolution.co.uk. All details are to be included on this form, and no further attachments are to be sent. One question should be asked for each row; insert additional rows if necessary. TENDER QUERIES SUBMISSION SHEET Tenderer to return sheet to: For Contract https://highways.bravosolution.co.uk Dartford Free- Flow Charging Project- Technical Consultancy Submitted by Date For Office Use Only. Query No. Document Reference Issue 2 Revision 1 Nature of Query 20 Query Ref April 2012 Refer to Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Annex C - Indicative Tender Period Programme Item Activity 1 Issue tender Documents 2 Tender Presentation Date Week 4th April 2012 0 TBC 3-4 th 3 Last Date for Tender Queries 4 May 2012 6 4 Tender Return 18th May 2012 8 5 Quality and Financial Assessments 18th May- 14th June 2012 8 6 Tender with the highest total score and an affordable price identified 15th June 2012 10 7 Validation of tenders 18th- 22nd June 2012 11 8 Preferred Bidder identified 25th June 2012 12 9 Team confirmation 26th June 2012 13 10 Initial notification of winning tender 27th June 2012 14 11 14 day standstill period 27th June – 9th July 2012 15/16 12 Feedback to Tenderers 27th June – 13th July 2012 16 13 Award Contract 16th July 2012 17 Issue 2 Revision 1 21 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Annex D - Quality submission requirements Quality Statement The Quality Statement is to be presented in two separate parts (A and B), as described below. The first part is to provide the Part A statements and the second the Part B evidence. Part A – Proposed Approach Part A is to set out the proposed approach and methodology to deliver the contract objectives by maximising performance against each performance criterion listed in Table 1 below and delivering continual improvement. The proposals and procedures in Part A are to set out how the people, partnering and processes to be implemented on the contract will control the identified risks (indicators). Under each risk (indicators) heading, the statement should deal with the issues (criteria) listed. Part B – Evidence to Support the Proposed Approach Part B is to identify evidence from other projects to provide the Highways Agency with confidence that the proposed approach is likely to be successfully delivered. The evidence is to consist of verifiable statements showing how the approach proposed in Part A has been developed and has contributed to the successful delivery of similar services. The availability of resources to fill the posts for key people should be given in Part B, including the evidence that the people identified meet the requirements for their posts. A schedule outlining details of all projects used to provide evidence should be included at the end of Part B. It should include the following details: Project title Client Value Contractor or designer Role played Dates Structure of statement The Quality Statement must be structured to follow the headings and sub headings in Table 1 below, using the numbering system in the table, and cover each numbered risk (indicator) separately. Tenderers should take account of the material in the Highways Agency performance management toolkit for guidance as to the issues which need to be considered in addition to any contract specific issues (criteria) listed. Issue 2 Revision 1 22 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Some issues will be common to several risks (indicators); duplication should be avoided by the use of clear cross referencing. Please note that we will not accept cross referencing between Part A and B of the submission. Flow charts should be used to present procedures together with supporting commentary. Issue 2 Revision 1 23 April 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Table 1 Performance Indicator Risk (Indicator) Issues (Criteria) 1.1 Identification of key HA Objectives 1 Product 1.2 Selection and Provision of Resources 1.3 Meeting Task Objectives 2.1 Management of External Relationships 2 Service Describe the resources required to deliver the key activities. Evidence the skills and competency of the project team (and provide their CVs) between all of the integrated team members. Outline your proposed team structure and the team members to deliver the Product Deliverables. Explain how the Product Deliverables will be managed and delivered and provide a delivery timeframe chart identifying the critical path influences and dependencies Explain procedures for adding value and any potential areas for innovation Explain how you will effectively identify, engage and manage external stakeholders and contractors Explain how you will effectively liaise with the Highways Agency including those staff in Major Projects, Network Delivery and Development and Finance. Explain how you will form, establish and use effective communications 2.2 Management of Internal Relationships Issue 2 Revision 1 Explain how you will identify the key activities to be addressed from the Client Task Brief and Product Deliverable Schedule to meet the Client’s requirements Explain how the work will be undertaken, including the identification of key risks and issues, and how they will be managed. 24 February 2012 Highways Agency Model Consultancy Contract 3 Right First Time Instructions for Tenderers Project Contract - Cost Option 3.1 Preventing re-work & Avoiding Defective work 4.1 Reliability of Forecasting & Estimation 4 Cost 4.2 Predictability of Cost 5 Time 5.1 Time Control & reliability of project planning 5.2 Predictability of Time Describe the approach to management of quality processes on this contract Explain how these will be applied on the project to reduce the incidence of defective work and re-work. Provide an explanation of the cost forecasting, recording and control systems to be operated on the contract and explain how these will be aligned with the Clients requirements Describe the approach to manage the budget and your approach to managing risks Describe the approach to managing the programming of the Product Deliverables and particularly how change will be incorporated into the programme. Demonstrate measures that would be taken to ensure overall scheme completion will not overrun key dates. Issue 2 Revision 1 25 February 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Annex E - Quality Assessment Quality Statement Marks will be awarded for each of the assessment criteria of the quality statement. The assessment criteria are equally weighted. Marks will be based on all of the information supplied in the Quality Statement and will be awarded using the assessment standards in Table 2 and Table 3 and totalled using the form at Table 4. Please make sure that the information provided in the Quality Statement is cross referenced appropriately. The mark given for each assessment criterion will be the lower of the individual marks for Part A and Part B. The mark is a measure of the Highways Agency’s level of confidence that the Tenderer will deliver the project objectives and continually improve. The higher the total mark, the lower the risks to delivery and the more confidence the Highways Agency will have that best quality will be delivered. To illustrate this point, the relationship between the Part A and B marks and the risks to delivery are shown in Table 5. Issue 2 Revision 1 26 February 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Table 2: Marks awarded for Approach and Methodology How well does the proposed approach demonstrate an understanding of the project objectives and address Approach & the main management and technical risks relating to Methodology the project? Proposed Mark Weak The approach fails to demonstrate an adequate understanding of the project objectives and fails to address adequately the main management and technical risks. Resources are inadequate and or do not have the appropriate skill levels. 1-4 Acceptable The approach demonstrates an adequate understanding of the project objectives and describes how the work would be delivered to an acceptable standard with an experienced and capable team. The approach covers the main management and technical risks to an acceptable standard. Resources are adequate and demonstrably have the required skills. 5-7 Good The approach demonstrates a good understanding of the project objectives and the team have the capability and capacity to undertake the work. It deals fully with the main management and technical risks with mitigating actions presented and provides evidence for delivering continual improvement over the life of the project. 8-9 Excellent The approach has been tailored specifically to suit the project objectives, uses innovative approaches whilst delivering the required standard of quality to deal comprehensively with the main management and technical risks, and is likely to maximise performance against Key Performance Indicators and deliver continual improvement. Issue 2 Revision 1 27 10 February 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Table 3: Marks awarded for Evidence How well does the evidence from previous projects Supporting provide confidence that the proposed approach is likely Evidence to be successfully delivered? Weak There is little evidence that the proposed approach has been influenced by experience on other projects There is an adequate level of evidence that the proposed Acceptable approach has been developed as a result of successful experience on other projects Mark 1-4 5-7 Good There is substantial evidence that the proposed approach has been developed from other projects using formal continual improvement processes 8-9 Excellent There is substantial evidence that the approach has been developed using continual improvement processes, which are routinely used to develop approaches and deliver the objectives successfully on all projects. 10 Issue 2 Revision 1 28 February 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Table 4: Assessment of the Quality Statement Quality assessment criteria Part A marks Part B marks Approach on this contract Evidence from past projects Lower of Part A and B marks 1. Product 1.1 Identification of key HA Objectives 1.2 Selection and Provision of Resources 1.3 Meeting Task Objectives 2. Service 2.1 Management of External Relationships 2.2 Management of Internal Relationships 3. Right First Time 3.1 Preventing re-work & Avoiding Defective work 4. Cost 4.1 Reliability of Forecasting & Estimation 4.2 Predictability of Cost 5. Time 5.1 Time Control & reliability of project planning 5.2 Predictability of Time Subtotal Total mark (subtotal x 100 / 100) Issue 2 Revision 1 29 February 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Table 5: Relationship of delivery risk to Part A and Part B Marks Minimal Risk 10 Low Risk 9 Evidence - Part B Marks 8 7 Medium Risk 6 5 4 High Risk 3 2 1 2 3 4 5 6 7 8 9 10 Approach - Part A Marks This chart identifies the relationship between Part A and Part B marks, and the perceived risk to the Highways Agency from a tender submission. A Mark is awarded for the proposed approach given in Part A. Part B gives the level of confidence that the approach set out in Part A will be delivered. Thus the Part A mark is the highest that can be scored. Issue 2 Revision 1 30 February 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Annex F - Build up of staff rates Post Name Cost of people cost paid to people £ cost incurred in relation to people £ annual cost of people £ total annual hours of employment hrs annual leave hrs overtime worked hrs annual hours available hrs Hourly cost of people £ Office location People working in Consultant's office Hourly cost of people £ Office overhead % Business overhead & profit % Total rate local office People working in HA Offices Hourly cost of people £ Business overhead & profit % Total rate HA office - - - - - - - - - - - - - - - - - - - - - - - - Office location Office overhead costs of office £ cost of people employed in the office £ office overhead % Business overhead & profit non-recoverable project costs % accounting, HR and other support services % R&D, training & marketing % insurance % finance and interest % parent company contribution % legal and other professional costs % other costs % profit % %age addition Issue 2 Revision 1 31 February 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Annex G - Determination of Successful Tender Worked Example 1. Marking the Quality Statement. The fictional example below, gives the marks awarded for Tenderer A in the summary tables below. Part A marks Part B marks Approach on this contract Evidence from past projects 1.1 Identification of key HA Objectives 8 7 7 1.2 Selection and Provision of Resources 7 7 7 1.3 Meeting Task Objectives 8 5 5 2.1 Management of External Relationships 9 8 8 2.2 Management of Internal Relationships 8 7 7 8 7 7 4.1 Reliability of forecasting 8 7 7 4.2 Predictability of Cost 9 8 8 5.1 Control of time aspects 9 9 9 5.2 Predictability of Time 6 5 5 Quality assessment criteria Lower of Part A and B marks 1. Product 2. Service 3. Right First Time 3.1 Avoiding defective work 4. Cost 5. Time Subtotal 70 Total mark (subtotal x 100 / 100) 70 Issue 2 Revision 1 32 February 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option The tender with the highest total 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 Looking at five returned tenderers as an example the total quality marks and scores were: Tender A B C D E Scores Quality Statement 70 62 72 75 74 94 83 97 100 98 No Tenderer received below 60 marks so all are still in the running. 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 E next, and B last (i.e. the highest bid). The scoring procedure then applied gives: Tender A B C D E 3. Value £126,123 £156,844 £146,588 £138,752 £133,508 Score 100 76 84 90 95 Combining the Quality and Financial Marks The quality and financial scores are combined on the ratio 70/30 and gives the following result. Tenderer A B C D E Quality Score 94 83 97 100 98 Financial Score 100 76 84 90 95 Combined Score 95.8 80.9 93.1 97.0 97.1 So in this hypothetical example the Tenderer with the highest total combined score is E (with a score of 97.1 out of a possible 100). Issue 2 Revision 1 33 February 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Annex H - key people schedule Tenderers should identify the key people. The minimum period of availability of each key person must be stated. A CV for each person should be included. The maximum length of CV is 2 sides of A4 paper. The CV should emphasise the key skills relevant to this particular project. Key people Names e.g. Joe Bloggs Current Projects individual is involved with (HA and Other Clients) Average no. of hours per month involved on each project with end date HA - M1 J10 to J13 National Rail ANO Client 300 - May-12 250 - Mar-12 130 - Sept 13 Issue 2 Revision 1 34 Total hours for current projects Hours available to work on this contract Average no. of hours per month on this contract Availability to work on this contract Commencing Availability to work on this contract Finishing Key People? (CVs to be provided) Y-N 680 520 February 2012 57 May-12 Jan-13 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Annex J –Fair Payment Charter Issue 2 Revision 1 35 February 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Annex K – Anti Bribery Code of Conduct Highways Agency Anti Bribery Code of Conduct The Highways Agency, working with its suppliers in good faith and in a spirit of mutual trust and respect, is committed to meeting the principles of anti bribery, as enacted in the Bribery Act 2010 and Ministry of Justice guidance. The Commitment As a supplier to the Highways Agency we confirm that we will meet the commitments set out below and will embed the principles throughout our supply chain. 1. We are committed to ensuring that our business operates with the utmost integrity. 2. We, and those employed by us will not: Offer, promise, pay or provide bribes* to any person Request, agree to accept or receive bribes Offer hospitality to Highways Agency staff that would breach the requirements of Annex 1 Commit any act of bribery that would cause the Highways Agency to be in breach of any anti bribery laws 3. We are committed to having robust procedures and controls in place within our business to minimize the risk of bribery with the aim of preventing bribery and confirm that we: Have a zero-tolerance of bribery offences throughout our organisation; Conduct risk assessments to identify and monitor potential bribery risks; Adopt due diligence measures to vet and approve third parties performing services on our behalf; Have clear, practical and accessible policies and procedures to address potential risks of bribery, and to prevent bribery; Provide education and awareness to all our employees on anti bribery Have a mechanism in place to allow employees to report potential bribery issues in confidence and have a process to deal with reports protecting the reporting individual; Deal effectively with any occurrences of bribery; and Act at all times in good faith, impartially and in accordance with a position of trust. 4. We agree to: keep accurate and up to date records showing all payments made and received and all other advantages given and received and permit the Highways Agency to inspect those records as required; and immediately notify the Highways Agency of any breach of paragraph 2 above. * A bribe for this purpose being the provision of any financial or other advantage to encourage or induce that person to perform their functions or activities improperly or to reward that person for having already done so. Bribes can include money, gifts, hospitality, entertaining, commissions, expenses, reciprocal favours, political or charitable contributions, or any direct or indirect benefit or consideration. Issue 2 Revision 1 36 February 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Company name Representatives name Signature …………………. …………………………. …………………… Position Date ………………………….. …………………… Issue 2 Revision 1 37 February 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Annex 1 Offer no Gifts other than low-value items such as diaries or calendars (up to £10 in value). Calendars, diaries or other small items of office equipment may be offered and accepted but the gift must bear the company's name or insignia and can legitimately be regarded as being in the nature of advertising material Benefits and/or hospitality such as cocktail parties and/or entertainment, receptions, presentations and conferences; and also invitations to social, cultural and sporting events overnight accommodation and travel to and from a venue at which an event is being held Issue 2 Revision 1 38 February 2012 Highways Agency Model Consultancy Contract Instructions for Tenderers Project Contract - Cost Option Highways Agency Anti Fraud Code of Conduct The Highways Agency, working with its suppliers in good faith and in a spirit of mutual trust and respect, is committed to working fairly, honestly and with integrity and transparency. The Highways Agency does not tolerate any form of fraud. Fraud is a dishonest act, through false representation, failure to disclose information or abuse of position, with the intent of causing a gain for self, or loss to another. Fraud does not necessarily result in direct or immediate financial benefit for the individual(s) committing fraud but may cause a loss and/or a negative reputational impact to another. The Commitment As a supplier to the Highways Agency we confirm that we will meet the commitments set out below and will embed the principles throughout our supply chain. 1. We are committed to ensuring that our business operates with the utmost integrity. 2. We, and those employed by us, will not commit any fraudulent acts or carry out any of the following acts which could amount to fraud including, but not limited to: Submission of false or inflated claims or invoices for payment or reimbursement; Intentional distortion of financial statements or other records; False or fraudulent financial reporting or making false or fictitious entries concerning accounts, equipment or supplies; Forgery or alteration of any documents such as cheque, bank draft or any other financial documents including destruction or removal of records; Impropriety in the handling or reporting of money or financial transactions; Theft or misappropriation of assets or funds; Disclosure of confidential information to third parties without authority for personal gain; and The payment of excessive prices or fees where they are not justified. 3. We agree to: Keep accurate and up to date records showing all payments made and received and all other advantages given and received and permit the Highways Agency to inspect those records as required; and Immediately notify the Highways Agency of any breach of this Code. Issue 2 Revision 1 39 February 2012 Highways Agency Model Consultancy Contract Company name: Instructions for Tenderers Project Contract - Cost Option Representative’s name: Signature: …………………………………… ……………………………………………………… .................................... Position: Date: ……………………………………………………… .................................... Issue 2 Revision 1 40 February 2012
© Copyright 2026 Paperzz