Tender questionnaire for: Board Communications Solution Software as a Service Contract ref: PROC.02.0081 CPV codes: 48000000 72000000 Pamela Kelsall Senior Procurement Adviser Water Services Regulation Authority (Ofwat) 7 Hill Street Birmingham B5 4UA [email protected] 1 CONTENTS Section Page Number 1. Organisation and Contact Details 3 2. Professional and Business Standing 5 3. Financial Information 6 4. Insurance 7 5. Experience and Contract Examples/References 8 6. Specific Questions 10 7. Pricing 13 8. Conditions of Contract 14 9. Information Security 15 Annex 1 Pricing Schedule Annex 2 Declaration Form Annex 3 Bona Fide Tendering 2 Tender Questionnaire: Board Communications Solutions 1 Organisation and Contact Details 1.1 Full name of organisation tendering (or of organisation acting as lead contact where a consortium bid is being submitted) 1.2 Registered office address: 1.3 Company or charity registration number (if this applies): 1.4 VAT registration number (if this applies): 1.5 Name of immediate parent company (if this applies): 1.6 Name of ultimate parent company (if this applies): 1.7 Is your organisation: i) a public limited company? ii) a limited company? iii) a limited liability partnership? iv) other partnership v) sole trader vi) other (please specify) Contact details for enquiries about this tender 1.8 Contact name: 3 1.9 Address: Post Code: 1.10 Telephone number: 1.11 Mobile number: 1.12 E-mail address: (if available) 1.13 Consortia and Sub-Contracting a) Your organisation is bidding to provide the services required itself b) Your organisation is bidding in the role of Prime Contractor and intends to use third parties to provide some services c) The tenderer consortium is a 1.14 If your answer is (b) or (c) please indicate in a separate annex (by inserting the relevant company/organisation name) the composition of the supply chain, indicating which member of the supply chain (which may include your organisation solely or together with other providers) will be responsible for the elements of the requirement. 1.15 Please describe the main business activities of your organisation and the number of years you have been involved in this activity. 1.16 Is your organisation a small or medium sized enterprise (SME)*? * "SME" means a business with a headcount of less than 250; an annual turnover of no more than €50m; and/or a balance sheet total not exceeding €43m. 4 Yes/No 1.17 How many staff does your organisation (including consortia members or named subcontractors where appropriate) employ relevant to the carrying out of services and/or delivery of goods similar to those required under this contract? Comments: We need some basic contact details for each tenderer and some background information about who they are. In addition, we want to know what a potential tenderer’s main lines of business are and whether they are an SME as we monitor the level of spend that goes to SMEs. Evaluation: This section is not scored. Completion of this section is mandatory and is for our information purposes. We may confirm company identity and basic details with external bodies. MANDATORY 2 Professional And Business Standing Do any of the following apply to your organisation, or to (any of) the director(s) / partners / proprietor(s)? 2.1 Bankruptcy, insolvency, compulsory winding up, receivership, composition with creditors, or subject to relevant proceedings Yes / No 2.2 A conviction (or convictions ) for a criminal offence related to business or professional conduct Yes / No 2.3 Legal or administrative finding of commission of an act of grave misconduct in the course of business Yes / No 2.4 Failure to fulfil obligations related to payment of social security contributions Yes / No 2.5 Failure to fulfil obligations related to the payment of taxes Yes / No 2.6 Failure to provide information required or providing inaccurate/misleading information when participating in a procurement exercise Yes / No 5 2.7 Failure to obtain and maintain relevant licences or membership of an appropriate trading or professional organisation where required by law Yes / No 2.8 If the answer to any of these is “Yes” please give brief details below, including what has been done to put things right. Comments: Public bodies have a duty to maintain high standards of professional behaviour and honesty. They need to be sure that tenderers can show that they meet the same standards. This questionnaire asks tenderers to answer important questions on this subject. Evaluation: This section is not scored. A "Yes" response to any of these questions will result in automatic exclusion from this procurement, unless you have provided an answer that clearly indicates the problem has been resolved and that steps have been taken to prevent its recurrence. PASS/FAIL 3 3.1 Financial Information Please provide one* of the following set out below: a) A copy of your audited accounts for the most recent two years (if this applies) b) A statement of your turnover, profit & loss account and cash flow for the most recent year of trading c) A statement of your cash flow forecast for the current year and a bank letter outlining the current cash and credit position d) Alternative means of demonstrating financial status if trading for less than a year 6 Comments: *If you are unable to provide the information requested at a) please provide the information requested at b) or if b) is not available please provide the information requested at c) or if c) is not available then please provide the information requested at d). We need to know about your organisation’s financial situation. We want to be sure that your organisation has the financial resources and stability to provide the required services, and that they are likely to be around to complete the contract satisfactorily. Evaluation: The key objective is for us to analyse your financial information and determine the level of risk that it would present to us – having regard to the requirement and value, criticality and the nature of the market. This section is not scored. Instead marking will be based on a risk-based approach. Full satisfactory responses provided with no areas of concern (Low risk) Partial, satisfactory responses provided with some cause for concern (Medium risk) Unsatisfactory responses provided with significant cause for concern (High risk) No responses provided (Non-compliant) If your response is evaluated as either of the last two categories then your tender will not be considered further. If your response is evaluated as “Medium Risk” then your tender may be excluded on this basis although further clarification on financial position may be sought before a decision is made. A response initially evaluated as “Medium Risk” will only be considered if information provided in clarification satisfies Ofwat that there are no areas of concern. PASS/FAIL 4 4.1 Insurance Please provide details of your current insurance cover Please include a copy of insurance certificates as a separate attachment. a) Employers Liability (This is a legal requirement. There are a small number of exceptions.) Yes /No Value: b) Public Liability Yes /No Value: c) Product Liability Yes /No Value: d) Professional Indemnity Yes /No Value: 7 e) Other (please provide details) Yes /No Value: Comments: With the best will in the world there are sometimes problems with contracts for one reason or another. We need to know that your organisation has the necessary insurance policies to adequately cover any such problems. Evaluation: The section is not scored. If you do not have adequate levels of insurance then you will fail this section and your tender will not be considered further. PASS/FAIL 5 Experience And Contract Examples/References Please provide details of up to three similar (nature & size) contracts from either or both the public or private sector, that are relevant to this requirement. Contracts for the supply of services should have been performed during the past three years. (The customer contact should be prepared to speak to Ofwat's representative to confirm the accuracy of the information provided below if we wish to contact them). Please note that where possible referees should not be linked to Ofwat and that we may contact your referees without telling you again. Contract 1 5.1 Customer Organisation (name): 5.2 Customer contact name, phone number and email 5.3 Contract start date: Contract 2 Contract completion date: Contract value*: 8 Contract 3 5.4 Brief description of contract (max 250 words) including evidence as to your technical capability in this market. If you cannot provide at least one example, please briefly explain why (250 words max) Comments: *If you are unable to provide a contract value then please specify one of the following ranges: a) below £10k, b) £10k to <£25k, c) £25k to <£50k, d) £50k to <£100k, e) £100k to <£500k, f) £500k or greater. We want to know if your organisation has performed similar work of a similar size to a good standard in the past. The more similar these are to our current requirement the better. 9 Evaluation: You must provide references relevant to the subject of the contract. Where no references are provided or they are either totally irrelevant or of limited relevance then your tender will not be considered further. PASS/FAIL 6 6.1 Technical Questions Experience and capability Please provide details of your experience and capability for contracts of this type, taking into account this contract’s complexity and potential value. You must include relevant examples of your past experience and where you refer to work carried out on behalf of a particular organisation; include this organisation as one of your Referees/Contract Examples in Question 5. [Word limit = 750 words] WEIGHTING = 10% 6.2 Business requirements – board members Specific requirement Access to board packs via tablet devices, laptops or desktop PCs. Simple, intuitive interface and navigation, in line with native tablet device functionality. Online and offline encrypted reading and annotation of board packs. Ability to access annotations created on desktop PCs on tablet device, and vice versa. Ability to print documents. Ability to delete documents. Ability to save annotated documents to desktop PCs if required. Automatic alerts for new versions of documents. Access to multiple board packs from a single BCS application. Ideally supports multiple tablet brands, but must support the Apple iPad at a minimum Additional functionality would be an advantage, for example voting, sharing comments with other board members, private messaging, discussion boards, calendars, Q&A mechanism, electronic signatures etc. Secure email within the application Please provide any further details of your proposed solution over and above the requirements set out above. 10 Yes/No [Word limit = 750 words] WEIGHTING = 10% 6.3 Business requirements – board administrators Specific requirement Assembly of board packs via laptops in web portal Full control over board pack lifecycle and versioning Ability to perform remote shredding of data from iPads Retain control over access to the tablet application and access to individual documents Customisable layout and display Ability to create printed packs No thresholds for the number of members per board No thresholds for the number of meetings Allow creation of multiple boards with different memberships Ability to upscale or downscale the number of members of boards quickly Copy and clone previous board pack agenda or template to create a new meeting board pack Yes/No Please provide any further details of your proposed solution over and above the requirements set out above. [Word limit = 750 words] WEIGHTING = 10% 6.4 Technology Specific requirement iOS application available Android application available Windows 7/8 application available No bandwidth restrictions Yes/No Please provide any further details of your proposed solution over and above the requirements set out above. You should include any additional technology requirements or any bandwidth and access considerations. [Word limit = 350 words] 11 WEIGHTING = 5% 6.5 Security Specific requirement Secure login to application on iPad All data transferred, accessed or stored on desktops, tablets or within the cloud must be protected by AES security (256-bit) at all times Vendor must not be able to access or read Ofwat data Access to the application must use industry standard authentication and encryption mechanisms (separate to the native iPad inbuilt functions) Data should not be extractable from the tablet application Yes/No Please state how you would ensure security requirements are met, with reference to : - Evidence of regular penetration testing using accredited, independent testers Compliance with ISO27000 or equivalent Evidence of proactive security measures, management and security keys Evidence of compliance with EU/UK data protection legislation [Word limit = 750 words] WEIGHTING = 10% 6.6 Implementation, trial and training Please state how you will approach the implementation of a live board meeting trial and how administrators and board members will be trained. [Word limit = 750 words] WEIGHTING = 10% 12 6.7 Maintenance and support Please provide details of the maintenance and support arrangements you will provide once the solution is in live operation. Please reference and provide a service level agreement including support hours, availability/downtime, performance and severity definitions for the logging of faults. [Word limit = 500 words] WEIGHTING = 5% 6.8 Contract Management Please provide details of your approach to contract management including your escalation process for dispute resolution and procedure for managing change requests. [Word limit = 500 words] WEIGHTING = 5% 6.9 Key Personnel Please provide full details and experience of the key personnel that will be used in the provision of the implementation, services, training and support including the Contract Manager. [Word limit = 500 words] WEIGHTING = 5% Comments: We want to establish that tenderers have the skills, experience and expertise to provide the required services and meet the requirements as set out in the Specification. 13 Evaluation: Each question 6.1 to 6.9 will be marked separately. Marks will be awarded as follows: Score 0 – No response or does not meet the requirement Score 1 – Major reservations/constraints Score 2 – Minor reservations/constraints Score 3 – Fully meets the requirement Score 4 – Exceeds the requirement TOTAL WEIGHTING = [70%] 7 7.1 7.2 Pricing Please provide details of your pricing in the template provided including onboarding (set-up) charges and annual charges (Annex 1). Annual charges are required for years one, two and three of the Contract. Please provide details of any costs that would be incurred by Ofwat if a trial was not successful and Ofwat did not take up the subscription. Comments: We want a schedule of set-up charges and annual charges fixed for the three years of the contract. 14 Evaluation: Tender price will be evaluated on the basis of whole-life costs of the solution. Each tender will be given a score based on the following formula: Lowest tender price x price weighting (30%) Tender price The calculations are based on: Marks will be awarded in "reverse order" that is the lowest-priced tendered gets the highest marks and the highest priced tendered gets least marks Scores awarded will reflect the proportional difference between tendered prices. WEIGHTING = [30%] 8 Conditions of Contract 8.1 Do you accept Ofwat’s Conditions of Contract as detailed below? Please note that failure to agree to our Conditions of Contract may invalidate your tender submission. 8.2 If no, please provide details of any specific areas that you have an issue with. 8.3 Please specify the minimum period required for termination without cause in accordance with Clause 16.4 of the Conditions of Contract. Please provide details of any specific terms relating to such termination e.g. anniversary of subscription start date only. 15 Yes / No Comments: This Invitation to Tender (ITT), and any contract arising from it, will be subject to our Conditions of Contract, a copy of which is enclosed at Appendix B to the Specification. The successful tenderer’s usual terms and conditions are not, and will not, become terms and conditions of any contract that we may award as a result of this ITT. Evaluation: If you do not confirm your acceptance of the Conditions of Contract then your tender may not be considered further. PASS/FAIL 9 9.1 Information Security An internal information security handling risk assessment has been completed for this project and its assessment level is deemed to be High. Suppliers are required to submit a draft security plan (your security plan may be subject to refinement). Please submit your draft security plan as a separate document. To help you understand the security requirements and to help you develop your security plan we have provided our ‘Information Security Policy for Suppliers’ at paragraph 10 of the Specification. This includes a model structure for a security plan (see Annex D). As a minimum, your draft security plan must cover all the areas as set out in the model structure. Ofwat’s information must be stored preferably within the UK and if necessary within the EU. Ofwat must not have its information stored outside of the UK or EU. Contractors should describe where our information is to be hosted and, through the security plan, how that information and infrastructure is secured to compliance levels relevant for OFFICIAL-SENSITIVE (IL2) information Please provide any further details in addition to the security plan. Comments: The successful supplier will be required to comply with our ‘Information Security Policy for Suppliers’, a copy of which is enclosed at paragraph 10 of the Specification. The draft Security Plan should set out the security measures to be implemented and maintained by the supplier in relation to the delivery of the services. The final Security Plan to be adopted under the Contract may be subject to refinement and agreement with Ofwat. 16 Evaluation: This section is not scored. Instead marking will be based on a risk-based approach. Full satisfactory responses provided with no areas of concern (Low risk) Partial, satisfactory responses provided with some cause for concern (Medium risk) Unsatisfactory responses provided with significant cause for concern (High risk) No responses provided (Non-compliant) If your response is evaluated as either of the last two categories then your tender will not be considered further. If you cannot provide secure hosting of Ofwat’s information either within the UK (most preferable) or within the EU then your tender will not be considered further. PASS/FAIL Further detail on the evaluation approach can be found at section 15 of the Specification Mandatory Attachments Checklist: Financial information (Q3) Copies of all relevant insurance certificates (Q4) Draft Security Plan (Q9) Completed Pricing Schedule (Annex 1) Completed Declaration Form (Annex 2) Completed Bona Fide Tendering Form (Annex 3) 17 Annex 1 Price schedule for Board Communications Solution Attached as a separate document 18 Annex 2 Declaration Form Tender for: Project: Board Communications Solution – Software as a Service Project Ref.:PROC.02.0081 To the Water Services Regulation Authority On behalf of [ ] I offer to provide the service specified in your ITT documents. I understand that our offer and any contract, which may result from it, will be based upon the documents listed below: a) Invitation to tender letter; b) Specification and any appendices; and c) Conditions of Contract. 1. Any other terms and conditions I agree that any terms or conditions of contract or any general reservations which may be printed on any correspondence originating from me/us in connection with this tender or with any contract resulting from this tender, will not be applicable to the contract. 2. Law I agree that any contract made will be subject to the law of England and Wales. 3. Tendered Price The tendered price is valid for [ ] days from the tender returnable date. [The tenderer is to insert the number of days which must be no fewer than 21 days; if no validity period is stated, it will be assumed that the offer is firm for 90 days from the tender returnable date.] 4. Information Sharing I agree that the Customer may disclose our information/documentation (submitted to the Customer during this Procurement) more widely within Government for the purpose of ensuring effective cross-Government procurement processes, including value for money and related purposes. Name: …………………………………... 19 Signature: …………………………….… Position: ………………………………....... Date: ……………………………………. 20 Annex 3 Tender for: Project: Board Communications Solution - Software as a Service Project Ref.:PROC.02.0081 Statement of Bona Fide Tender We certify that this is a Bona Fide Tender in that we have not fixed or adjusted the amount of the tender by or under or in accordance with any agreement or arrangement with any other person. We also certify that we have not at any time before the hour and date specified for the return of the Tender performed any of the following acts: i) communicated to any person other than the person calling for the Tender the amount or approximate amount of the proposed Tender, other than for obtaining a quotation for an insurance premium required for the purpose of the tender; ii) entered into any agreement or arrangement with another person so that he or she shall refrain from tendering, or as to the amount of any tender to be submitted; iii) offered, paid, given or agreed to pay or give consideration directly or indirectly to any person for having done or for doing, or caused to have done or for doing, in relation to another tender or proposed tender for the said work any act or thing of the sort described above. iv) canvas or solicited any of the Customer's staff. In this Certificate, the word ‘person’ includes any person, or body or association, corporate or otherwise; and ‘any agreement or arrangement’ includes any such transaction, formal or informal and whether legally binding or otherwise. Signed……………………………………. Position ………………………………. Name………………………….. Date………………………………… For and on behalf of: ………………………………………………………….…. ……………………………………………………………. ……………………………………………………………. 21 22
© Copyright 2026 Paperzz