Production of a costed Circular Economy / Zero Waste strategy T ENV15-19 Invitation Document Derry City & Strabane District Council Council Offices 98 Strand Road Derry BT48 7NN Email: [email protected] Web: www.derrystrabane.com 1 Table of Contents Contents 2 Introduction & Scope of Works 3 Instructions to Tenderers 10 Lead Practice Information 18 Project Team Information 25 Fee Proposal 33 Evaluation / Award Criteria 38 Terms & Conditions 41 Form of Assurance 42 Collusive Tendering Certificate 43 Declaration of Commitment to Promoting Equality of Opportunity 44 Fair Employment Declaration 46 Prompt Payment Certificate 47 Statement Relating To Good Standing 48 Freedom of Information 50 Non Submittal Form 51 Appendix 52 2 Introduction & Scope of Works 1. Introduction 1,1 Derry City and Strabane District Council is one of the largest of the new Councils in Northern Ireland providing waste services to a population of some 147,000 residents across the city, towns and villages within the region. 1.2 Zero Waste North West (ZWNW) is a voluntary organisation based in Derry, promoting Zero Waste/Circular Economy resource management as an alternative to landfill and incineration. 1.3 These organisations have come together to develop a Circular Economy / Zero Waste strategy for the Derry City and Strabane District Council area taking account of current and impending waste management obligations and in full consideration of current operational position and have secured funding of £40,000.00 to undertake this work. ‘Zero Waste is a goal that is ethical, economical, efficient and visionary, to guide people in changing their lifestyles and practices to emulate sustainable natural cycles where all discarded materials are designed to become resources for others to use’ (Zero Waste International Alliance 2004) 1.4 Zero Waste is a fresh approach to local governance and ‘waste’ management which can be summed up as changing from a conventional linear economy to a circular economy, and from ‘waste management’ to efficient resource management. 1.5 In consideration of this the partnership wishes to appoint a consultancy to investigate the technical and economic feasibility of developing a circular economy / zero waste for use strategy within the Derry City and Strabane District Council area. 2.0 Background 2.1 Derry City Council is responsible for the provision of waste management services across the district providing waste collection, treatment and recovery services on behalf of residents. 2.2 At present Council operates an alternate weekly collection for residual and comingled wastes and has recently introduced both a weekly food waste and a fortnightly green waste collection to properties across the district. 3 2.3 Council in partnership with Zero Waste North West now wishes to appoint a consultancy to investigate the technical and economic feasibility of developing a circular economy / zero waste for use strategy within the Derry City and Strabane District Council area. 2.4 Details of current waste arisings for all wastes collected by the Council by type and collection method are available publicly from the waste date flow website. 2.2 Please note that Derry City Council and Strabane District Council does not accept liability for the content of and any omissions therein of any existing documentation/drawings supplied to the Consultant. 2.3 The appointed Consultant must ensure that all surveys, drawings, studies and any other material supplied by Derry City Council and Strabane District Council is of an adequate quality and standard to the satisfaction of the Consultant to carry out the necessary work. It is the responsibility of the Consultant to identify any omissions or sub-standard work and carry out or commission this work again and/or any additional work they deem necessary to complete their work. 4 Scope of Services 3.0 Scope of Services 3.1 The Client Team Zero Waste North West & Derry City and Strabane District Council will be the joint commissioning authority for all stages of this project and are the only party with authority to issue instructions to the Consultant team. The Client team agree that Derry City and Strabane District Council will nominate a council officer to act as Client Project Sponsor i.e. the primary point of contact throughout the life of this project. The name of this officer will be provided to the successful tenderer upon their appointment. 3.2 External Expertise Council wish to obtain external assistance to advance the delivery of this project. The Consultant Team requires a wide range of skills and knowledge. It is acknowledged that the Team should consist of the following expertise; A Lead Consultant, who will co-ordinate the activities of their appointed Consultant Team. The consultant will have expertise and working experience in 'zero waste' approaches to policy and waste management strategy. The consultant will have some experience and knowledge of the social economy. (a) The Lead Consultant through this commission will build a Consultant Team to effectively and efficiently deliver this brief. This Team should have a clear understanding and previous experience in developing waste strategies for projects similar in scale and complexity required for this project. (b) The Multi-Disciplinary team should include the following as a minimum; 3.3 Lead Consultant – Economist/business consultant Derry City and Strabane District Council (DC & SDC) seeks to engage a suitably qualified Lead Consultant under the NEC Professional Services form of contract. In addition and including the services outlined in the above form of contract, the following scope of services is also required of the Lead Consultant and his Consultant Team: 5 3.4 The over-arching objective of this commission is to provide an independent opinion that the development and introduction of a circular economy / zero waste strategy within the Council area is technically feasible, economically viable, sustainable and presents value for money in terms of any investment made by Council in the project. 3.5 The appraisal should address the following: 1 Conduct a concise desk-top review of relevant Zero Waste best practice and infrastructure internationally, and make recommendations for the Derry and Strabane Council area (the ‘city region’) in the context of the European Union’s drive to promote the Circular Economy (CE) taking account of mandatory waste treatment / recovery / disposal obligations that district councils within Northern Ireland must comply with. 1. Recommendations will make specific reference to cities and countries with a similar demographic in Europe and the US.. 2. Provide indicative proposals for a Zero Waste model for the Strabane/Derry council area. Proposals/scenarios and costings should be scaled over a 25 year period – with periodic (e.g. five year intervals) targets and outcomes. 3. Scenarios will include economics, infrastructure, recommendations on policy and practice, social and ecological value, incentive structures for the transition phases, and reference all relevant technical and human resource issues that will need to be addressed for the transition to a zero waste strategy. 4. Comparative financial, social and ecological costs with non-zero waste approaches should be set out alongside the recommended scenarios. 5. Consult with all relevant public and private stakeholders, including government, waste management organizations, local authority, NGO, Foundations and Think Tanks both within and outside Northern Ireland. 6. Consider alternatives to Cost Benefit Analysis when setting out opportunity costs of various scenarios in order to capture the social, job creation and ecological value of any Zero Waste/Circular Economy strategy for the council district and wider North West. 6 Building Zero Waste Scenarios 7. Set out ‘zero waste’ scenarios that achieve the maximum diversion of waste from disposal for the Derry City and Strabane District Council area, and identify - within the Northern Ireland, UK and Republic of Ireland markets/policy environments – opportunities for the conversion of waste to resources to support job creation and business innovation, taking account of the EU’s commitment to the Circular Economy. 8.1 Provide an analysis of the value of each of the waste streams taking into account variations in quality of the material available by different separation methods and potential market outlets for the sale of the ‘resource’ or conversion to input into new or existing business or industrial cycles locally, regionally or nationally. 8.2 Consult with Derry and Strabane Council to establish a comprehensive database showing where materials that are currently collected for recycling actually end up. Scope options and costings for the potential infrastructure (e.g. a residual waste separation and screening centre) 8.3 8.4 Scope out options and costings for kerbside separation and collection of municipal waste, taking account of existing operations and the technical/financial/transition timeline implications for transition. 8.5 Review existing resources for reuse and repair and scope out options and costs for building progressively on current practice towards a comprehensive network of reuse, repair and deconstruction initiatives. 8. Map the enterprises and organisations that could engage in recycling materials drawn from the Derry City & Strabane area, broken down by material type, quality, separation method and necessary travel distance. Map the major residual streams onto a data base of outlets for reprocessing and recycling, prioritising by levels of proximity. Investigate opportunities for the promotion of collaborative and ‘prosumer’ models e.g. food economy of production and consumption, and the contribution of the peer-to-peer economy. Review existing resources for reuse and repair 9. Identify where the markets are for recycled materials, including whether or not local markets exist or could be developed for specific materials. Identify 7 barriers to recycling practices and identify incentives and policies to stimulate further innovation in the North West economy, including the Third Sector. 10. Beginning with the available data from Derry City and Strabane District Council and other public or private sources, identify any significant gaps or methodological issues regarding existing data required to identify Zero Waste scenarios. Work with responsible agencies to draw up recommendations on meeting any data deficits. 11. Provide an analysis of the monetary and environmental costs of the current collection and distribution services, and compare with alternative zero waste options (i.e. opportunity costs). 12. Scope out options for incentive schemes and provide information on indicative costs. Research and Development: ‘Think and Do Tank’ 13. In the context of research and development to support a long-term economic transition to a Circular Economy in the North West city-border region, consult with stakeholders (e.g. Queens University and UU) set out the terms of reference for a Zero Waste/CE research ‘think-and-do centre’ for the promotion of resource efficiency, local use of recycled materials, and designing waste out of the production and consumption cycle. The proposed think-and-do centre will have a significant policy and brokering role, and would be embedded in an international network of actors, not just local outlets. 14. Identify potential funding sources and working partnerships (e.g. Scotland Zero Waste Centre; McArthur Foundation, US) for a Zero Waste/CE think and do tank based in the North West. Public Education and Awareness Raising 15. Scope out the options and potential role of the community sector [ in partnership with social economy] in delivering a public education and communication strategy within the context of Community Planning, with indicative costs. The appraisal must conclude with the identification of a preferred option which will in turn form the basis of the subsequent development and funding recommendations to Council. 8 3.2 Summary Programme The following are indicative key project programme dates compiled by the client team. It should be noted that tenderers are obliged to compile their own Gantt programme. The completion date for all the works and commissioning must be no later than 31 August 2015 The proposed timescales (subject to change) are as follows: TASK DATE Tenders advertised 18th December 2015 Latest date for submission of queries 4th January 2016 DC&SDC issue written replies 8th January 2016 Tenders returned 15th January 2016 Appointment of Team Late January 2016 Completion of whole study April 2016 Derry City and Strabane District Council will endeavour to achieve this timescale but cannot guarantee this commencement date and cannot accept any liability if this contract date is not achieved. The Lead Consultant and Project Consultant Team should be prepared to defer the start date as necessary. The above dates are estimates and there will be no additional payments to the team should the actual duration of these phases of the project take longer than that indicated above. 9 Instructions to Tenderers 1. Invitation To Tender 1.1 Derry City & Strabane District Council principally invites detailed and costed proposals for Tender brief defined in Introduction & Scope of Works. Please ensure your submission includes all details as per section 19 of Instructions to Tenderers. 2 Explanation of Documents / queries during the tender period / registration of intent to tender 2.1 It is the responsibility of prospective facility/service providers (hereafter referred to as ‘tenderers’) or parties submitting ‘expressions of interest’ to obtain for themselves at their own expense any additional information necessary for the preparation of their proposals (hereafter referred to as ‘tenders’) or ‘expressions of interest’. 2.2 Tenderers are advised to ensure that they are fully familiar with the nature and extent of the obligations to be accepted by them if their tender is accepted. 2.3 Should any tenderer be in doubt as to the interpretation of any part of the contract documents, Procurement shall endeavour to answer written enquiries. All queries must be submitted in writing to arrive with Procurement not later than 12Noon 4th January 2016 by email to: Email – [email protected] 2.4 All copies of written queries received, together with written replies will be sent to all tenderers not later than 5days before the date of return of tenders. All responses will also be posted on the Councils. 2.5 In order to ensure receipt of written replies, all prospective tenderers are therefore requested to register their intent to tender in writing to Procurement by email as noted in Clause 2.3 above, not later than 12Noon 4th January 2016, including full contact details and indicating tender will be submitted. 2.6 No representation, explanation, or statement made to a tenderer, or anyone else, by or on behalf of the Council, as to the meaning of any of the tender documents, or otherwise in clarification as aforesaid, shall 10 bind the Council in exercise of its powers and duties under any subsequent Contract(s). 3 Accuracy Of Tender Tenders must be submitted for the supply of all the services specified in the Form of Tender. Tenders submitted for part of the services only will be rejected. Tenderers must price separately for all items listed in the Form of Tender. The Council may reject any tender that is not priced separately. 4 Information to be provided Tenderers should provide a brief description of the overall organisation of their company. Tenderers must also include subcontracting information in this section if subcontractors will be engaged. Subcontractors must be named and their roles in the project briefly described. Tenderers should provide this general background information: o Company Address o Contact person (s) o Year established and company background o Number of customers currently being serviced o Comprehensive list of available services o Provide any additional background information Tenderers must complete and return all relevant tender/pricing, assurance and declaration forms etc. 5 Submission of Tender Documents (and/or Additional Proposals and Expressions of Interest) 5.1 The tender(s) shall be made on the Form of Tender(s) provided, and signed by the Tenderer. All Contract Documents, together with these Instructions and completed Form of Tender(s) should be forwarded, by registered post or delivered by hand and a receipt obtained to: Tender for “Production of a costed Circular Economy / Zero Waste Strategy T ENV15-19” Chief Executive/Director, Derry City & Strabane District Council 98 Strand Road, Derry BT48 7NN, so as to arrive not later than 12.00 noon on 15th January 2016 11 Please provide 4 copies of your tender submission and one copy on USB Stick. These copies will enable your submission to be reviewed by tender panel No UNAUTHORISED alteration or addition should be made to the Tender Form(s), or to any other of the Contract Documents. IF ANY SUCH ALTERATION OR ADDITION IS MADE OR IF THESE INSTRUCTIONS ARE NOT FULLY COMPLIED WITH THE TENDER MAY BE REJECTED. 5.2 All documents requiring a signature shall be signed. (a) Where the Tenderer is an individual, by that individual (b) Where the Tenderer is a partnership by the two duly authorised partners. (c) Where the Tenderer is a company by two directors or by a director and the secretary of the company, such persons being duly authorised for that purpose. 5.3 Tenders shall be submitted strictly in accordance with the tender documents. 5.4 No alteration to the text of any of the Tender Documents will be permitted, and if any are made, the tender may be rejected. Failure to complete any part of the documents may also incur rejection of the tender. 5.5 Tenderers must ensure that all requested documentation is returned with the completed tender. 5.6 No name or mark, including any franking machine slogan, is to be placed on the envelope to indicate in any way the identity of the sender. 5.7 Tenderers or any representatives thereof will not be permitted to be present when the tenders are opened. 5.8 All prices should be quoted in pounds sterling and shall be exclusive of VAT. 12 6 The Basis of the Tender The rates quoted in the form of tender section shall remain fixed for the duration of this contract. 7 Period of Acceptance The Tenderer is required to hold his tender open for acceptance for a period of 150 days from the closing date for the submission of tenders. 8 9 Evaluation of Tender 8.1 Evaluation/Award Criteria are outlined in next section. 8.2 Derry City & Strabane District Council is not required to accept the lowest or any tender and may wish to award the contract as a whole or individual aspects depending on the strength of the successful team. Contract Documents take Precedence The information given in these Instructions for Tenderers is given in good faith for the guidance of Tenderers, but if there is any conflict, the Conditions of Contract, Specifications, and the Pricing Documents / Form of Tender shall take precedence over these Instructions. 10 Pre-Selection Interviews / Presentations Tenderers are put on notice that they may be required to attend the Council Offices, 98 Strand Road, Derry, for procedural and technical presentations and/or interviews during the process of tender evaluation at no charge to Council. 11 Contract Commencement Date The contract will commence in March 2016 12 Questions All questions, requests or other communications regarding this tender must be made in writing to [email protected] 13 13 Late Submissions Tenders submitted after the closing date will not be accepted. 14 Expenses and Losses The Council shall not be responsible for, or pay for, any expenses or losses that may be incurred by any tenderer in preparing their tender proposals. 15 Preparation of Tender It is the responsibility of prospective tenderers to obtain for themselves, at their own expense, any additional information necessary for the preparation of their tenders. 16 Confidentiality All information supplied by the Council in connection with this invitation to tender shall be treated as confidential by prospective tenderers, except that such information may be disclosed so far as is necessary for the purpose of obtaining sureties, guarantees and quotations necessary for the preparation and submission of the tender. 17 Ownership of Tender Documents These documents are, and shall remain, the property of the Council and shall be returned with the tender. If no tender is to be submitted, the documents shall be returned pursuant to the Council’s Invitation to Tender. 18 Insurances The Supplier shall effect and maintain insurance necessary to cover their liabilities under this Contract. 19 Format of Tenders Those interested in tendering for this project should submit a tender document comprising of: o Form of Tender o Evidence of experience including references of track record of similar type projects o Company details as per section 4 of Instructions to Tenderers 14 o Copies of Insurances: Public/Products Liability, Employers Liability etc o Any additional information to support your tender submission 20 21 Offer and Acceptance of Contract (Above threshold Contracts only) 20.1 Prior to the expiry of the tender validity period as defined in Clause 7 Derry City & Strabane District Council will send to the successful tenderer a letter of provisional acceptance of tender. This letter will make clear that the execution of the contract will be subject to a minimum mandatory standstill period of 10 calendar days, from the day after the date of letter of provisional acceptance. 20.2 At the same time, Derry City & Strabane District Council will notify each unsuccessful tenderer. 20.3 At the end of the standstill period, unless Derry City & Strabane District Council notifies the successful tenderer that there has been judicial interruption in the form of an order by the court of competent jurisdiction that the execution and/or implementation of the contract should be suspended pending a full hearing of the matter by a court of competent jurisdiction, Derry City & Strabane District Council will execute the contract documentation. 20.4 If judicial interruption takes place Derry City & Strabane District Council will execute the contract documentation only following the conclusion of the Court proceedings (including any appeals) in favour of Derry City & Strabane District Council. If the Court proceedings are concluded against Derry City & Strabane District Council, no contract shall be entered into or executed. 2010 Bribery Act The Supplier shall: 21.1 comply with all applicable laws, statutes, regulations, and codes relating to anti-bribery and anti-corruption including but not limited to the Bribery Act 2010 (Relevant Requirements); 21.2 not engage in any activity, practice or conduct which would constitute an offence under sections 1, 2 or 6 of the Bribery Act 2010 if such activity, practice or conduct had been carried out in the UK; 15 22 21.3 have and shall maintain in place throughout the term of this agreement its own policies and procedures, including but not limited to adequate procedures under the Bribery Act 2010, to ensure compliance with the Relevant Requirements and clause 1.1(b), and will enforce them where appropriate; 21.4 promptly report to the Council any request or demand for any undue financial or other advantage of any kind received by the Supplier in connection with the performance of this agreement; 21.5 immediately notify the Council (in writing) if a foreign public official becomes an officer or employee of the Supplier or acquires a direct or indirect interest in the Supplier (and the Supplier warrants that it has no foreign public officials as officers, employees or direct or indirect owners at the date of this agreement); 21.6 within 3 months of the date of award of this contract, and annually thereafter, certify to the Council in writing signed by an officer of the Supplier, compliance with this clause 1 of the Bribery Act 2010 by the Supplier and all persons associated with it under clause 1.2 of the Bribery Act 2010. The Supplier shall provide such supporting evidence of compliance as the Council may reasonably request. Any supplier may be disqualified who: 22.1 is bankrupt or is being wound up, whose affairs are being administered by the court, who has entered into an arrangement with creditors or who is in any analogous situation arising from a similar procedure under national laws and regulations; 22.2 is the subject of proceeding for a declaration of bankruptcy, for an order of compulsory winding-up or administration by the court or for an arrangement with creditors or is the subject of any other similar proceedings under national laws or regulations; 22.3 has been convicted of an offence concerning his professional conduct by a judgement which as the force or res judicata; 22.4 has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify; 16 23 22.5 has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority; 22.6 has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority; 22.7 is guilty of serious misrepresentations in supplying the information required under the provisions of the Directive on the criteria for qualitative selection. Child Protection The Contractor shall at all times comply with Derry City Council’s Policy and Procedures for the Protection of Children and Vulnerable Adults and contractors and sub-contractors will ensure that: Their staff have a clear commitment to abide by the Policy and Procedures for the Protection of Children and Vulnerable Adults when carrying out their work. Their staff are subject to appropriate employment checks when carrying out work in Council facilities or in relation to Council activities where they may come into contact with children or vulnerable adults, e.g. leisure facilities, museums, events and festivals. Failure to comply with any part of this Clause will be deemed a Breach of the Contract. 17 Part 5 Lead Consultant Practice Information 18 This part of the tender document is to be completed by the Lead Consultant only. 5.1 Contact details Practice Address Postcode Tel no. Fax no. Email Website 5.2 Status and formation/registration Please indicate practice/company status (tick as appropriate) Sole trader Private Ltd/Company Public Ltd/Company Partnership Government body Other (please specify) Formation/registration. Formation / Registration Date Company Registration No 19 5.3 Partners/Directors; staff and main contact details Provide details of all partners/directors and key personnel in the practice and their qualifications/professional membership/experience relevant to this brief. Please also indicate who will be directly involved in this project at the various stages. Name Qualifications/professional memberships/ relevant experience Length of service Direct involvement in this project Please provide details of number and type of staff Type of staff Number currently employed Please name a sole point of contact within your company who will be responsible for this project. Name Address Postcode Position Tel no. Mobile Email 20 5.5 Financial Details Who is the person responsible for financial matters in your practice? Name Address Postcode Position Tel no. Mobile Email Please indicate the annual turnover for the practice for each of the last three financial years. Financial Year Financial Year End Date Total turnover 2014/15 2013/14 2012/13 5.6 Insurances Please provide details of all insurances held by the practice. Photocopied evidence should be supplied with your submission. Should the required levels of cover not be in place, evidence that the required levels can be obtained should be provided. Insurance type Value Expires Professional Indemnity (Min £3m) Public Liability (Minimum £10m) Employers liability (Minimum £10m) Specialist/Other Provide details of any current or past insurance claims or litigation associated with your practice in the last 5 years. 21 5.7 Health & Safety Provide a copy of your Company’s current Health and Safety Policy and details of any in-house or externally certified Health and Safety Management System operated by the company including the person responsible and registration details. System Registration No Date of Registration Person Responsible Address Postcode Position Tel no. Email Provide details of any accidents/incidents reported by your organisation to the HSE within the past five years. Have any formal notices (improvements or prohibitions) or legal proceedings been issued against your organisation by the HSE in the last five years, if so please provide details? 22 5.8 Quality Management Systems Provide details of any in-house or externally certified Quality Management System operated by the company including person responsible and registration details. System Registration No Date of Registration Person Responsible Address Postcode Position Tel no. Email 5.9 Fair Employment / Equal Opportunities Does your company comply with or undertake to comply fully with legislation in Northern Ireland on: (a) Fair Employment YES NO Please enclose details of your firm’s policy and procedures in respect of Fair Employment. (b) Equal Opportunities YES NO Please enclose details of your firm’s policy and procedures in respect of Equal Opportunities. (c) Section 75 YES NO Please enclose details of your firm’s policy and procedures in respect of Section 75. 23 5.10 Membership of Professional Bodies Provide details of any Professional Bodies of which the Practice is a member. Professional Body Membership Details and Registration No 24 Part 6 Project Team Information 25 Instructions for completion Tenders will be assessed in two stages. Stage 1 - Experience and Expertise Assessment Stage 1 of the assessment process will be an examination of the experience and expertise of the Lead Consultant and Project Team. Scoring criteria is used with an indicated total minimum score to be achieved by each of the Lead Consultant and Project Team. Failure to meet the minimum score in any area results in the tender package (quality/cost elements) not being scored and therefore the submission is not considered further. Relevant Experience & Expertise of Lead Consultant Relevant Experience & Expertise of Project Team Maximum Achievable Score 40 60 TOTAL 100 marks Minimum total Mandatory Score 20 30 60 marks Scores achieved at qualification stage (i.e. Stage 1) by those meeting the minimum requirements are not considered further in the quality assessment. Tenders that pass Stage 1 will then pass to Stage 2. The Stage 2 submission will be assessed on the basis of both Quality (40%) and Cost (60%). The Quality assessment will be based on the information provided in Section 6.2 The Lead Consultant should provide all information requested in 6.1.1 to 6.1.4 relating to their own individual experience and expertise, assemble a multidisciplinary consultant project team and ensure each of the team members provides all relevant information as requested in 6.1.5 to 6.1.9. The Lead Consultant is also required to prepare a detailed methodology and project programme as requested in 6.2 (i.e. the quality assessment). All information must be supplied within the templates provided, Project Team CVs/company profiles provided as supplementary information will not be assessed. It is the responsibility of the Lead Consultant to verify the professional and technical ability of all consultant project team members involved. The Lead Consultant shall ensure that Project Team members possess and meet at a minimum all relevant: 26 6.1.1 Standards of knowledge, ability, expertise and experience required to carry out a project of this nature and complexity. Qualifications and technical capacity requirements; Personnel and staff resources with main point of contact identified; Financial status; Insurances; Fair Employment/Equal Opportunities practices; Health and Safety requirements. Relevant Experience and Expertise of Lead Consultant 40% The Lead Consultant should provide details of three technical and economic feasibility projects undertaken within the last 5 years for which they have acted as Lead Consultant providing services of a similar complexity and/or nature to those required for this project. Please note that this section is about the experience of the individual that will lead the project and not the practice. 6.1.2 Project Summary Sheets Project Summary Sheets should be provided on a maximum of two A4 pages, (font size 12, single spaced) and should include the following information; Project Name Client Name & contact details (who may be approached for a reference) Value of commission Practice Involvement Project Description Key Practice staff involved Was study recommendation adopted by Client 27 6.1.3 Experience and Expertise Drawing on experience gained in the examples provided above the Lead Consultant should provide evidence of their individual experience in the following areas, by completing the template below. Practice Name: Name of Lead Consultant: Professional Qualifications: Employment History: Experience in: 1. Providing Lead Consultant services on technical and economic feasibility studies of a similar nature and scale to that required for Zero Waste Strategy Project. Higher marks will be given to those consultants with previous experience in leading a previous Zero Waste Strategies. (weighting 6) 2. Experience in client/stakeholder engagement as part of the economic and business feasibility development process. (weighting 2) 3. The Lead Consultant must outline their ability to provide an ongoing interface with Derry City & Strabane District Council at a local level, respond to short notice requests for client meetings/consultation and outline the management of the project on a day to day basis. (weighting 2) 30 marks 10 marks 10 marks 6.1.4 Resources, Workloads & Capability to Deliver Please provide evidence of the company’s personnel resources and IT resources including current workload and the capability to deliver this project. (weighting 2) 10 marks Total % = (Total Marks/60)*40 28 6.1.5 Relevant Experience and Expertise of Project Team 60% The Lead Consultant shall assemble, co-ordinate and lead a multidisciplinary team of Specialist Consultants. The team personnel listed under 6.1.8 must remain unchanged throughout the project. If a request is made by the Lead Consultant to change any particular team member, the Lead Consultant must be able to demonstrate the equivalence of the proposed team member in terms of qualifications, experience and expertise to the satisfaction of DCC. 6.1.6 Project Team Structure A proposed Project Consultant Team structure should be submitted which clearly identifies and details the duties and responsibilities of key persons and lines of communication across all disciplines within the project team. (weighting 1) 5 marks 6.1.7 Project Summary Sheets The Lead Consultant shall ensure that each member of the project team provides details of three projects undertaken within the last 5 years of a similar complexity and/or nature to those required for this project for which the members have provided services. Project summary sheets should be provided on a maximum of two A4 pages (font size 12, single spacing) and should include the following information; Project Name Client Name & contact details (who may be approached for a reference) Practice Involvement Project Description (incl floor area) Estimated project value Key Practice staff involved 29 6.1.8 Experience and Expertise Drawing on experience gained in the examples provided above key project members within each discipline should provide evidence of their experience in the relevant sections of the template below. Only complete where relevant to each discipline. Project Team Discipline: Name of Company/Practice: Name of Key Person: Professional Qualifications: Employment History: Experience in: 1. Providing economic feasibility services for projects of a similar nature and complexity to those planned for this project. Higher marks will be given to those consultants with previous experience in similar type projects. (weighting 5) To be completed by business/economic consultant 25 marks 2. Outline ability to provide an ongoing interface with Derry City and Strabane District Council and rest of project consultant team during and respond to short notice requests for client meetings/consultation. (weighting 3) To be completed by All Disciplines 15 marks 6.1.9 Resources Please provide evidence of the company’s staff and IT resources including current workload and the capability to deliver this project. To be completed by All Disciplines (weighting 3) 15 marks Total % = 60 30 The Stage 1 Experience & Expertise Submission must be enclosed in a separate envelope marked ‘Zero Waste Strategy – Stage 1 Experience & Expertise Submission’. The Experience & Expertise Submission envelope must be contained within the overall tender envelope/package. 31 6.2 Stage 2 - Quality Assessment 40% To be completed by Lead Consultant only, having collated input from other consultants, as necessary. 6.2.1 Methodology 30% Please provide a detailed methodology for the delivery of the project outlining how the team proposes to manage and carry the project forward making specific reference to the following: Methodology Understanding of the brief (weighting 1) Marks available 5 Establishing key stakeholders and consulting with same (weighting 1) 5 Identify key technical challenges of the commission, with specific reference to crematoria facilities (weighting 2) Identify key economic challenges of the commission (weighting 2) 10 Outline overall project methodology including specific reference to: (i) methodology for the delivery of technical aspect of the commission, with specific reference to zero waste strategies (weighting 6) (ii) methodology for the delivery of economic aspect of the commission, (weighting 6) Total Available Marks = 60 10 90 Total % Quality Score= (Total Marks/90)*30 Any additional work which the Team considers necessary for the completion of the project should be highlighted within the above methodology and cost for same included within the Fee Proposal in Part 7 (see Table 1 – Part 7) 6.2.2 Programme 10% (weighting 2) Please provide a detailed project programme outlining the various stages in the technical & economic design and appraisal processes and key milestones for the delivery of the commission: The Stage 2 Quality Submission must be enclosed in a separate envelope marked ‘Zero Waste Study – Stage 2 Quality Submission’. The Quality Submission envelope must be contained within the overall tender envelope/package. 32 Fee Proposal Form of Agreement Form of Tender 33 7.1 Fee Proposal Derry City and Strabane District Council wishes to appoint a consultancy to investigate the technical and economic feasibility of developing a circular economy / zero waste for use strategy within the Derry City and Strabane District Council area. Tenderers are requested to provide a fee proposal to undertake the works as outlined in Table 1. The fee proposal should be expressed as a lump sum for completion of the works. The fee proposals for each project team member are to be stand alone fees without any link between each member, Derry City and Strabane District Council will make the initial and any subsequent appointment subject to the availability of funding. The fee proposals for each element of the project (as broken down in Tabl1 of Section 7) are to be stand alone fees without any link between each element, Derry City and Strabane District Council will make the initial and any subsequent appointment for each element of the fee proposal subject to the availability of funding. Any omissions or gaps in this brief should be identified and priced as necessary by the Consultant in their tender submission. In addition to the lump sum fee, tenderers are required to insert hourly rates into a table of notional hours for the various grades of staff within each consultants team firm. These hourly costs are then totalled and combined with the design lump sum fee and this combined cost will be used for the cost analysis element of the tender only. The actual contract will be awarded on the design lump sum fee only, or part thereof, as explained above. Hourly rates for staff within the project consultant team will remain fixed for the duration of the complete project. 7.2 Standard Agreement for the Appointment of Lead Consultant The Lead Consultant will be engaged, subject to funding, under the NEC Professional Services form of contract, including the full range of services set out in this tender document. 34 7.3 Form of Tender ‘Production of a costed Circular Economy / Zero Waste strategy’ To: Derry City and Strabane District Council, Council Offices, 98 Strand Road, Derry BT48 7NN Members: Having examined all documentation bound in this Invitation Document as listed in the Table of Contents. I/we undertake to provide the above-mentioned services in conformity with this tender for the following prices: - 35 Table 1 – Fee Lump Sums Technical and Economic Feasibility Study for Circular Economy / Zero Waste Strategy within Derry City and Strabane District Council Area – Lump Sum Fee (Inclusive of all Expenses) Technical Appraisal and RIBA Stage C Specialist Discipline Design of Project Compilation of and Contribution to ‘Green Book’ Economic Appraisal of Project (inclusive of Stage A/B Services) Lead Consultant Economic/business Consultant Other/Additional Services (provide details if cost assigned here) ........................................................... Fee for Copyright and Intellectual Rights remaining with Derry City and Strabane District Council as outlined in the Instruction to Tenderers = Total Lump Sum Fee (Excluding VAT) = 36 Lump Sum Sub-Totals Table 2 – Tender Assessment Fee Sum Table of hourly rates for key staff Discipline & Grade of Staff Hourly rate No. of Hours £............ 10 £............ £............ £............ 5 10 5 Sum Lead Consultant Lead Consultant Economic/Business Consultant Director/Partner/ Principal Senior Economist Junior Economist Tender Assessment Fee = SUMMARY of FEE Table 1 –Lump Sum Fee & Additional Costs = Table 2 – Assessment Fee Sum = ________________ Total Tender Fee = I/we agree that all prices contained in the above table will be fixed for the duration of each project phase. I/we understand that you are not bound to accept the lowest or any tender. Signed: ……………………………………………………………………………….. For or on Behalf of: …………………………………………………………………. Address: ………………………………………………………………………………. Position in Company: ……………………..……… Date: ………………………... 37 Evaluation and Award Criteria 38 8.0 Evaluation and Award Criteria Tenders will be assessed in two stages. 8.1 Stage 1 – Experience and Expertise Assessment (Pass/Fail) Stage 1 of the assessment process will be an examination of the experience and expertise of the Lead Consultant and Project Consultant Team. Scoring criteria is used with an indicated total minimum score to be achieved by the Lead Consultant, and the Project Consultant Team. Failure to meet the minimum score in any area results in the tender package (quality/cost elements) not being scored and therefore the submission is not considered further. Relevant Experience and Expertise of Lead Consultant Relevant Experience and Expertise of Project Team TOTAL 8.2 Maximum Achievable Score 40 60 Minimum total Mandatory Score 20 30 100 marks 60 marks Stage 2 - Quality Assessment 70% Tenders that pass Stage 1 will then pass to Stage 2. The Stage 2 submission be assessed on the basis of both Quality (40%) and Cost (60%). The Quality assessment will be based on the information provided in Part 6.2 set against the following criteria: Methodology 30% Programme 10% Submissions that do not contain all the information requested in this document may not be assessed. Unless otherwise stated, the Quality information requested will be evaluated based on the below table. Total score will be determined by multiplying score provided (from 0 – 5) by the weighting as detailed. Band 5 4 3 2 1 0 Comments Fully detailed evidence provided, very minor concerns on detail, relevance or complexity Detailed evidence provided, some concerns on detail, relevance or complexity Reasonable evidence provided, lacking in detail, relevance or complexity Limited evidence provided, significant concerns on detail, relevance or complexity Little or no evidence provided, very significant concerns on detail, relevance or complexity Failed to submit details or to address question 39 8.3 Cost Assessment The price scoring mechanism set out below will be used in order to convert the total overall price into a score. Tenderer’s Price score = Lowest Tender Assessment Total Price x 60% Tenderer’s Tender Assessment Total Price (All calculations will be carried to two decimal places). EXAMPLE - Five tenders received with the following prices Tenderer (T) Price 1 £ 2,225,125 2 £ 2,375,500 3 £ 2,450,625 4 £ 2,760,225 5 £ 2,915,125 [Adjust price to suit particular project] Tender prices converted to a score out of 100 Tenderer (T) Score 1 60.00 2 56.20 3 54.48 4 48.37 5 45.80 The Stage 2 Fee Submission must be enclosed in a separate envelope marked ‘Crematorium Study, Derry – Stage 2 Fee Submission’. The Fee Submission envelope must be contained within the overall tender envelope/package. 40 Terms & Conditions / Proposed Contract Sample Contract Aug 2013.docx Terms and Conditions.docx 41 Form of Assurance Health and Safety at Work (Northern Ireland) Order 1978 The Contractor’s attention is drawn to the provision of the above Order, which became law on 1 May 1979, and in particular to Clause 4 of the Order “General Duties of Employers to their Employees”. I undertake in the event of my tender being accepted to carryout these works with due regard to the provisions of the Health and Safety at Work (Northern Ireland) Order 1978 and all attendant Regulations made there under. Site staff shall be adequately trained, instructed and supervised to ensure so far as is reasonably practicable the Health and Safety of all persons who may be affected by the works under this Contract. All plant, equipment and vehicles for use under this Contract shall, where statutorily required, be tested and examinations will be submitted to the city Engineer before any item of plant is brought into use under the Contract. Before commencing work I will prepare a written policy on the Health and Safety of any employee engaged in this work together with written organisational arrangements for carrying out the policy, including particular arrangements for the health and safety of employees required to enter manholes and culverts. Signed: ___________________________________________________________ On behalf of: ____________________________________________________ ____________________________________________________ ____________________________________________________ Date: _____________________________________________________________ (signed copy to be returned with Tender Submission) 42 Collusive Tendering Certificate We certify that this is a bona fide tender and 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 done and we undertake that we will not do at any time before the hour and date specified for the return of this tender, any of the following acts: 1. Communicating to a person other than the person calling for those tenders, the amount or approximate amount of the proposed tender, except where the disclosure, in confidence, of the approximate amount of the tender was necessary to obtain insurance premium quotations required for the preparation of tender. 2. Entering into any agreement or arrangement with any other person that he shall refrain from tendering or as to the amount of any tender to be submitted. 3. Offering or paying or giving or agreeing to pay or give any sum of money or valuable consideration, directly or indirectly to any person for doing or having done or causing or having caused to be done, in relation to any other tender or proposed tender for the said work, any act or thing of the sort described above. In this certificate the word “person” included any persons and anybody or association, corporation or unincorporated and “any agreement or arrangement” included any such transaction, formal or informal and whether legally binding or not. Signed: ___________________________________________________________ On behalf of: ____________________________________________________ ____________________________________________________ ____________________________________________________ Date: _____________________ (signed copy to be returned with Tender Submission) 43 Declaration of Commitment to Promoting Equality of Opportunity and Good Relations 1. Preamble 1.1 Under Section 75 of the Northern Ireland Act 1998 Derry City & Strabane District Council must have due regard to the need to promote equality of opportunity: Between persons of different religious belief, political opinion, racial group, age, marital status or sexual orientation; Between men and women generally; Between persons with a disability and persons without; Between persons with dependants and persons without. 1.2 In addition the Council must also have regard to the desirability of promoting good relations between persons of different religious belief, political opinion or racial group. 1.3 The Council is committed to fulfilling these obligations and is keen to not only to ensure that suppliers of goods and services, contractors undertaking work on behalf of the Council, and groups who receive support from the Council do not act in any way that would contravene the Council’s statutory equality duties but also that they help promote equality of opportunity and good relations within their own area of work and organisation. 1.4 It is therefore a condition of any offer of grant aid / support or contract for goods or services that the Chief Executive, Managing Director or other authorised person signs, on behalf of their organisation, the declaration below. This declaration will confirm that the organisation is committed to promoting equality of opportunity and good relations and will not act in any way that will undermine the Council’s commitment to fulfil its statutory obligations. 1.5 The Council will not enter into any contract or provide support / grant aid to any organisation which does not sign the Declaration of Commitment to the Promotion of Equality of Opportunity and Good Relations. 44 Declaration of Commitment to the Promotion of Equality of Opportunity and Good Relations We (insert name of organisation): ___________________________________ Recognise Derry City & Strabane District Council’s duty to have due regard to the need to promote equality of opportunity: Between persons of different religious belief, political opinion, racial group, age marital status or sexual orientation; Between men and women generally; Between persons with a disability and persons without Between persons with dependants and persons without, and to have regard to the desirability of promoting good relations between persons of different religious belief, political opinion or racial group. We undertake not to act in any way that would contravene the Council’s statutory obligations and are committed to promoting good relations and equality of opportunity in all our activities (including in the recruitment, promotion and training of all our staff). Signed by: ______________________________ Signature _____________________________ Name in block letters Position in Organisation: ________________________________________ Date: _________________________________________________________ On behalf of: __________________________________________________ (name of organisation) Address: ___________________________________________________ ___________________________________________________ (signed copy to be returned with Tender Submission) 45 Fair Employment Declaration Fair Employment and Treatment (Northern Ireland) Order 1998 1. Article 64 of the Fair Employment and Treatment (NI) Order 1998 (“the Order”) provided inter alia that a public authority shall not accept an offer to execute any work or supply any goods or services where the offer is made by an unqualified person in response to an invitation by the public authority to submit offers. Article 64 also provides that the public authority shall take all such steps as are reasonable to secure that no work is executed or goods or services supplied for the purposes of such contracts as are mentioned above by an unqualified person. 2. An unqualified person is either an employer who, having been in default if the circumstances specified in Article 62(1) of the Order, has been served with a notice by the Fair Employment Commission stating that he is not qualified for the purposes of Articles 64-66 of the Order or an employer who, by reason of connection with an employer on whom has been served a notice to that effect, has also been served with such a notice. 3. Mindful of its obligations under the Order, DERRY CITY & STRABANE DISTRICT COUNCIL has decided that it shall be a condition of tendering that a contractor shall not be an unqualified person for the purposes of Articles 6466 of the Order. 4. Contractors are, therefore, asked to complete and return the attached Declaration/Undertaking, with their quotation/tender, to confirm that they are not unqualified persons and to undertake that no work shall be executed or goods or services supplied by an unqualified person for the purposes of any contract with a Council to which Article 64 of the Order applies. -----------------------------------------------------------------------------------------------------I/We ______________________________________ hereby declare that I am/we are not an unqualified person for the purposes of the Fair Employment and Treatment (Northern Ireland) Order 1998. I/We undertake that no work shall be executed or good or services supplied by any unqualified person for the purposes of any contract with the DERRY CITY & STRABANE DISTRICT COUNCIL to which Section 64 of the Order applies. Signed by: _______________________________________________ Duly authorised to sign _______________________________________________ for and on behalf of: Dated: ________________________________________________ (signed copy to be returned with Tender Submission) 46 Prompt Payment Certificate DERRY CITY & STRABANE DISTRICT COUNCIL ‘Tender for Production of a costed Circular Economy / Zero Waste Strategy T ENV15-19’ (NOTE: THIS CERTIFICATE FORMS PART OF THE TENDER & CONTRACT) Having examined the provisions of the Council’s Standard Terms (available upon request) and Conditions of Contract designed to ensure the prompt payment of subcontractors we certify that:1. Any sub-contract entered into by us (the contractor) shall provide for timely payment of the sub-contractor on terms complying with the requirements of the Employer as set out in Council’s Standard Terms and the Conditions of Contract. 2. We understand that failure by us to comply with Section 1 above and/or failure to act in accordance with the provisions for prompt payment of subcontractors/suppliers found within Council’s Standard Terms and the Conditions of Contract will be taken into account as provided by the Public Contracts Regulations 2006 when considering future tendering opportunities for our Company or any future Company which may be formed by us. 3. We understand that Derry City & Strabane District Council may survey subcontractors or suppliers to confirm their satisfaction with payment timescales. Dated this …………………………. day of ……………………… 20….. Signature ……………………………………. In capacity of …………………………. Duly authorised to sign tenders and certify acceptance of the provisions of the Prompt Payment Certificate for and on behalf of:..………………………………………………………………………… Post Address …………………………………………………..……………………… ..………………………………………………………………………… Fax No: ………………………………… Telephone No. …..………………………… (signed copy to be returned with Tender Submission) 47 Statement Relating To Good Standing Statement Relating To Good Standing — Grounds For Obligatory Exclusion (Ineligibility) and Criteria for Rejection of Candidates in accordance with the Public Contracts Regulations 2015 Tender Ref: We confirm that, to the best of our knowledge, the Organisation named below is not in breach of the provisions of the Public Contracts Regulations 2015, as amended, and, in particular, that: Grounds for mandatory rejection (ineligibility) The Organisation (or its directors or any other person who has powers of representation, decision or control of the named organisation) has not been convicted of any of the following offences as set out in The Public Contracts Regulations 2015 as may be amended from time to time: (a) conspiracy within the meaning of section 1 of the Criminal Law Act 1977 where that conspiracy relates to participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA (as amended); (b) offences under the Bribery Act 2010 ; (c) fraud, where the offence relates to fraud affecting the financial interests of the European Communities as defined by Article 1 of the Convention relating to the protection of the financial interests of the European Union, within the meaning of: the offence of cheating the Revenue; the offence of conspiracy to defraud; fraud or theft within the meaning of the Theft Act 1968 and the Theft Act 1978; (iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985; (v) defrauding the Customs within the meaning of the Customs and Excise Management Act 1979 and the Value Added Tax Act 1994; (vi) an offence in connection with taxation in the European Community within the meaning of section 71 of the Criminal Justice Act 1993; or (vii) destroying, defacing or concealing of documents or procuring the extension of a valuable security within the meaning of section 20 of the Theft Act 1968; money laundering within the meaning of the Money Laundering Regulations 2003; or (i) (ii) (iii) (d) (e) any other offence within the meaning of Article 45(1) of the Public Sector Directive. Discretionary grounds for rejection The Organisation (or its directors or any other person who has powers of representation, decision or control of the named organisation) confirms that it: (a) being an individual is not bankrupt or has not had a receiving order or administration order or bankruptcy restrictions order made against him or has 48 not made any composition or arrangement with or for the benefit of his creditors or has not made any conveyance or assignment for the benefit of his creditors or does not appear unable to pay or to have no reasonable prospect of being able to pay, a debt within the meaning of section 268 of the Insolvency Act 1986, or article 242 of the Insolvency (Northern Ireland) Order 1989, or in Scotland has not granted a trust deed for creditors or become otherwise apparently insolvent, or is not the subject of a petition presented for sequestration of his estate, or is not the subject of any similar procedure under the law of any other state; (b) being a partnership constituted under Scots law has not granted a trust deed or become otherwise apparently insolvent, or is not the subject of a petition presented for sequestration of its estate; (c) being a company or any other entity within the meaning of section 255 of the Enterprise Act 2002 has not passed a resolution or is not the subject of an order by the court for the company’s winding up otherwise than for the purpose of bona fide reconstruction or amalgamation, nor had a receiver, manager or administrator on behalf of a creditor appointed in respect of the company’s business or any part thereof or is not the subject of similar procedures under the law of any other state; (d) has not been convicted of a criminal offence relating to the conduct of his business or profession; (e) has not committed an act of grave misconduct in the course of his business or profession; (f) has fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the organisation is established; (g) has fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established; (h) is not guilty of serious misrepresentation in providing any information required of him under this regulation; (i) in relation to procedures for the award of a public services contract, is licensed in the relevant State in which he is established or is a member of an organisation in that relevant State when the law of that relevant State prohibits the provision of the services to be provided under the contract by a person who is not so licensed or who is not such a member. Signed by: ______________________________________________ Duly authorised to sign for and on behalf of: _______________________________________________ Dated: _______________________________________________ (signed copy to be returned with Tender Submission) 49 Freedom of Information Derry City & Strabane District Council is subject to the provisions of the Freedom of Information Act 2000. Should any tenderer consider that any of the information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivity specified. In such cases, the relevant material will, in response to FOI requests, be examined in light of the exemptions provided for in the FOI Act. Tenderers should be aware that the information provided in the completed tender and contractual documents could be disclosed in response to a request under the Freedom of Information Act. No information provided by Tenderers will be accepted “in confidence” and Derry City & Strabane District Council accepts no liability for loss as a result of any information disclosed in response to a request under the Freedom of Information Act. Derry City & Strabane District Council has no discretion whether or not to disclose information in response to a request under the Freedom of Information Act, unless an exemption applies. Disclosure decisions will be taken by appropriate individuals in Derry City & Strabane District Council having due regard to the exemptions available and the Public Interest. Tenderers are required to highlight information that they include in the tender documents, which they consider to be commercially sensitive or confidential in nature, and should state the precise reasons, why that view is taken. In particular, issues concerning trade secrets and commercial sensitivity should be highlighted. Tenderers are advised against recording unnecessary information. In accordance with the Lord Chancellors code of Practice on the discharge of public functions, Derry City & Strabane District Council will not accept any contractual term that purports to restrict the disclosure of information held by the Council in respect of the contract or tender exercise save as permitted by the Freedom of Information Act. The decision whether to disclose information rests solely with Derry City & Strabane District Council. Derry City & Strabane District Council will consult with tenderers, where it is considered appropriate, in relation to the release of controversial information. Tenderers will be notified by the council of any disclosure of information relating to them. 50 Non-Submittal of Tender Form FAO: Derry City & Strabane District Council Tender Review, Council Offices, 98 Strand Road, Derry BT48 7NN Fax No: Tender: “Production of a costed Circular Economy / Zero Waste Strategy T ENV15-19” Supplier: Our company is unable return a tender submission for this project for the following reason: Unable to submit price in timescale Unable to complete work within required programme Other (please specify below) Signed: ________________________________ For or on Behalf of: ________________________________ Address: ________________________________ ________________________________ Position in Company: ________________________________ Date: _________________________________ 51 Appendix 52
© Copyright 2026 Paperzz