Redacted under sec 40 FOIA 2000 exemptions: personal info HIGHWAYS AGENCY TRAFFIC MANAGEMENT TECHNOLOGY FRAMEWORK INSTRUCTIONS FOR TENDERERS TMT 101: Supply of Signs & Signals for NDD Schemes 1 Sept 2009 CONTENTS AMENDMENT SHEET Issue No. Revision No. Amendments Initials Date 1 00 First Issue JW Jan 12 1 01 Amended quality threshold marking JW March 12 1 02 Added Public Contract Regulations 2006 JW May 12 JW Oct 12 JW Nov 12 1 03 Amended Parent Company Guarantee 1 04 Deleted Parent Company Guarantee 2 Sept 2009 Instructions for Tenderers List of Contents 1 THE TENDER PERIOD PROCESS 1.1 1.2 1.3 1.4 1.5 1.6 1.7 2 General Documents Tender Communications Meetings Tender Programme Transfer of Undertakings (Protection of Employment) Regulations Access to Government Information SUBMISSION OF TENDERS 2.1 2.2 2.3 2.4 2.5 3 General Quality Submission Pricing Schedule Alternative Tenders Other Information TENDER ASSESSMENT PROCEDURE 3.1 3.2 3.3 3.4 3.5 4 Evaluation Method Marking of the Quality Submission Financial Scoring Combining the Quality and Financial Marks Pre-Award Checks TENDER AWARD 4.1 General ANNEXES Annex A Annex B Annex C Annex D Annex E Annex F Annex G Annex H Annex I Tender Documents List Not Used Indicative Tender Period Timetable Quality Submission Requirements Quality Assessment Determination of Successful Tenderer Form of Key Staff Schedule Staff CV Template Tender Evaluation Process 3 Sept 2009 Annex J Anti Bribery Code of Conduct 4 Sept 2009 1 THE TENDER PERIOD PROCESS 1.1 General 1.1.1 These Instructions for Tenderers apply to the submission of tenders for “TMT 101: Supply of Signs & Signals for NDD Schemes” under the Government Procurement Service’s Traffic Management Technology Framework (TMTF). The TMTF contract documents contain the relevant terms and conditions. If there is any discrepancy between this document and the model contract document than the latter takes precedence. 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. The Annex A references proformas to be completed and returned with your tender submission which form part of the contract. 1.1.4 The Procurement Officer for this competition is REDACTED & REDACTED and their contact details (for use in emergencies only) are: REDACTED , REDACTED Contact with the Procurement Officer must be made via the e-tendering website only at https://highways.bravosolution.co.uk. 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. 1.1.5 Tenderers are to identify a single point of contact in their organisation to communicate with the Procurement Officer. 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, Public Contracting Regulations 2006 (as amended) and the Environmental Information Regulations 2004 the Highways Agency may be obliged to disclose information relating to the tender process including any tenders received. 1.1.8 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 any contract resulting from this competition, excluding only information which is exempt from disclosure pursuant to the Freedom of Information Act 2000 along with the EIR. The decision as to which materials are excluded from publication rests with the Highways Agency in its sole discretion. The Highways Agency’s initial view is that the only materials likely to be excluded from publication on this basis are as follows: CVs for the persons listed in the key people schedule Build-ups of the prices in the price schedule (but not the total price for the activities) [EIR Information] 5 Sept 2009 1.1.9 Tenderers are invited to request that certain information is not disclosed or published if to do so would prejudice their legitimate commercial interests or is otherwise exempt from disclosure under the Freedom of Information Act 2000. Requests for non-disclosure under the Freedom of Information Act 2000 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. 1.1.10 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. 1.1.11 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). 1.1.12 Any resulting Contract will be based on the Traffic Management Technology Model Contract Document using the Highways Agency model order form duly signed by the Customer and the Supplier at the time of award. The Agency is unable to enter into negotiation on the Terms and Conditions to be used. Questions regarding the tender documents may be sought in accordance with 1.3 below. 1.2 Documents 1.2.1 Instructions relating to documentation are contained in Annex A. 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 questions from Tenderers regarding the tender documents must be sent to the Procurement Officer via the messaging function on the e- tendering website no later than 3 days prior to the date of return of tenders. Please clearly identify each question and include the HA document reference if applicable. 1.3.2 All tender questions will be acknowledged and answered by the Procurement Officer on the etendering website. Queries regarding the tender documents and the responses 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 via the e-tendering website. 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 6 Sept 2009 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 question. 1.4 Meetings Not used for this Procurement. 1.5 Tender Programme 1.5.1 The tender programme is included at Annex C. 1.6 Transfer of Undertakings (Protection of Employment) Regulations Not used for this Procurement. 1.7 Access to Government Information 1.7.1 From 1 July 2010 all ICT Contracts awarded above £10k will be published in full on Government websites. This will be followed by the publishing of all contracts from January 2011. The Agency’s requirements relating to the publication of confidential information are set out in the Conditions of Contract. 1.7.2 Under the Freedom of Information Act 2000 (“FOIA”) and the Environmental Information Regulations 2004 (“EIRs”) as amended, the Agency is obliged (subject to the application of any relevant exemptions and, where applicable, the public interest test) to disclose information in response to requests for information. 1.7.3 You need to be aware that the Agency could receive requests for any information relating to this contract. The contract will include provisions to reflect the Agency’s obligations under those disclosure regimes. The Agency cannot contract out its obligations in this respect and will only accept confidentiality clauses in very exceptional circumstances. You must set out any information which you regard as confidential in a separate schedule along with the reason you have taken this view. 1.7.4 Your attention is also drawn to the Code of Practice (in particular, section V thereof) issued by the Lord Chancellor under section 45 of the FOIA (section IX of the Code of Practice issued under regulation 16 of the EIRs similar guidance). 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. 7 Sept 2009 2.1.3 Tenders not received by the Highways Agency by 11.00 15 August 2013 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. 2.1.4 Tenderers must sign and return the Highways Agency Fair Payment Charter and the Anti Bribery Code of Conduct included at Annex J via the e-tendering website before a Tender can be accepted 2.1.5 Tenders must return the documents listed in Annex A via the e-tendering website. The tender is to be returned in two clearly identified parts; Quality Submission, the Tenderer’s quality submission should contain: the completed Order Form; the Quality Submission; Completed Fair Payment Charter; Anti collusion certificate; Anti Bribery Code of Conduct Financial Submission, the Tenderer’s financial submission should contain: Pricing Schedule. 2.1.6 Further notes on the contents of these documents are given below. 2.1.7 If your tender is successful, you must be able to provide a complete and unedited electronic version of your bid in a format suitable for publication on a public website within 20 days of acceptance. 2.2 Quality Submission 2.2.1 The quality submission must follow the structure set out and cover the Items described in Annex D. In addition to stating how contract deliverables will be achieved, the Quality Submission, where relevant, must address how the HA’s Strategic Objectives of Trusted Service, Efficient Delivery, Safe Operations, Sustainable Operations and Assets Maintained will be met. 2.2.2 It is important to note that information contained in the "Quality Submission" will be referred to in and become an actionable term of the Contract. 2.2.3 Page limit is not applicable on this Task Order – but there is a side limit on B9 (see annex D). 2.2.4 Text must be presented in “Arial” font and be no smaller than 11 point, single-spaced with the margins set at 2.5cm. The page limit and font size relate to the entire Quality Submission including title pages, drawings, diagrams, flow charts and annexes. The pages of the Quality Submission must be numbered. Page numbers and other header or footer information may be included in the margin space. Any exclusions from the page limit are detailed in Annex D. 2.2.5 If the submitted Quality Submission exceeds the page limit then pages beyond the limit will be discounted. 2.2.6 Not used for this procurement. 2.3 Pricing Schedule 8 Sept 2009 2.3.1 The Financial Submission should contain the financial bid using the price schedule provided. Instructions for completion are included within the schedule. 2.4 Alternative Tenders 2.4.1 Where a Tenderer wishes to submit a tender involving modifications or an alternative specification this should be submitted as an “Alternative Tender”. No alternative tender will be considered unless a tender conforming to the tender Specification is also submitted. The conforming tender must also have met the minimum quality threshold. 2.4.2 Alternative tenders must be clearly identified and easily distinguishable from the conforming tender and sent to the relevant Technical and Commercial sections of the e-tendering website. The alternative Commercial Submission must show clearly how and where costs would differ from the conforming tender. 2.5 Other Information 2.5.1 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. 2.5.2 In addition to the above, Tenderers must return the other information set out in Annex A. 3. TENDER ASSESSMENT PROCEDURE 3.1 Evaluation Method 3.1.1 The assessment of tenders will be carried out in stages. In the first stage, the Procurement Officer will check for tender compliance and the tender evaluation panel will judge quality submissions, based wholly on the contents of the tender submission which must therefore contain all the information which Tenderers wish to be considered. 3.1.2 The second stage will involve the evaluation of the financial information. 3.1.3 Not used for this Procurement. 3.2 Marking of the Quality Submission 3.2.1 A Tender Evaluation Panel will mark the Quality Submission. The Panel will determine which of the Quality Submissions provides the Highways Agency with most confidence that the employer’s objectives will be delivered and continuous improvement achieved. 3.2.2 After checking Part A of the Quality Submission, the Tender Evaluation Panel will award marks for Part B as indicated in Annex E. The total mark will be determined by completing Table 2 of Annex E. 3.2.3 Clarifications are statements requested from Tenderers by the Procurement Officer to remove any ambiguity from tenders. Clarifications will be recorded in writing. If necessary to complete their marking, the Quality Evaluation Clarifications will be sought during the marking process to remove any uncertainty over the meaning of the Quality Submission. This may include the 9 Sept 2009 checking of data supplied in the responses. 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. 3.2.4 Any uncertainty over the meaning of the Quality Submission will be removed via clarifications before the Quality Evaluation Panel complete their marking. 3.2.5 The minimum quality requirement for this contract is to reach a threshold of 50 for the total quality mark. 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 3.2.6 A tender that has failed to achieve the minimum quality requirements but is considered further in the tender assessment, will be given a quality score equal to the total quality mark achieved 3.2.7 A tender with a total quality mark of 50 will be given a quality score of 50. Tenders with a total quality mark of 80 or above will be given a quality score of 100. 3.2.8 The quality score for tenders with total quality marks between 50 and 80 will be calculated by subtracting 50 from the total quality mark, multiplying the answer by 1.66 and adding the result to 50. 3.2.9 Quality scores will be expressed to one decimal place. 3.2.10 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 the appropriate Tenderer; unless the Tenderer is able to demonstrate that its proposals can be relied on, the tender will be rejected. 3.3 Financial Scoring 3.3.1 Determination of the lowest financial bid will be based on the completed Price Schedule. This will become the financial bid. 3.3.2 The lowest tender submitted will be awarded 100 marks. Other totals will have one mark deducted for each percentage point by which the total exceeds that of the lowest, thus a total of 12% above the lowest would received 88 marks. The mark awarded will be in whole numbers. 3.4 Combining the Quality and Financial Marks 3.4.1 The score for the Quality Submission and the financial score will be combined in the ratio 50:50 applied to the quality and financial marks respectively. 3.4.2 The tenderer with the highest aggregate marks will be awarded the Contract. 3.4.3 A worked example of the marking process is shown at Annex F. 3.5 Pre-Award Checks 3.5.1 Not used for this Procurement. 3.5.2 Not used for this Procurement. 3.5.3 Prior to the award of any contract the tenderer must provide evidence that insurance required by the contract is in place. 3.6.4 The Highways Agency reserves the right to carry out necessary checks prior to the award of any contract. Tenderers will be notified of the details at that time. 10 Sept 2009 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 A 10 day standstill period will be applied between communicating the award decision to tenderers and awarding the contract. 4.1.3 Tenderers will be given feedback on their tender in the standstill letter. 4.1.4 Any drawings and other documents held by unsuccessful tenderers should be disposed of in a confidential manner. 11 Sept 2009 ANNEXES Annex A – TENDER DOCUMENTS LIST 1 List of Documents with Invitation to Tender 1.1 The following documents are included with the invitation, all documents are available on the etendering website:1 Instructions for Tenderers (this document) 2a Order Form 2b Special Conditions (in addition to those in Schedule 2-23, see order form) 3 Specification (TMT101 Contract Specification.doc) 4 Pricing Schedule 5 TMT101 Price Schedule Guidance 6 Energy Cost Spreadsheets (TMT101 MS3 3x18 Energy Costsv1.1.xls & TMT101 MS 2x12 Energy Costsv1.1.xls) 7 Fair Payment Charter 8 Anti Collusion Certificate 9 Anti Bribery Code of Conduct (Annex J below) 10 PMM and associated documents. These can be located on the HA Website: HA Performance Measurement The documents listed below will be used to measure this Task Order and can be found at this section on the above Website Page: “Technology - Contracts covering Technology Consultancy, Service Delivery & Equipment” Traffic Technology Division Performance Management Manual (TDD PMM) v2_0 (115KB PDF) TDD PMM Appendix A1 - Performance Hierarchy Posters with Weightings (191KB PDF) TTD PMM Appendix A2 - Performance Management Framework (PMF) Scoring Guidance (236KB PDF) TTD PMM Appendix A3 - TTD PMF Weightings 2012-13 (22KB PDF) Appendix B2 - TTD PMF Data Entry Sheet - Supply to roadside and install (97KB XLS) Appendix B4 - TTD PMF Data Entry Sheet - Warranty/maintenance (97.5KB XLS) 2 List of Documents to be returned with Tender 2.1 The following documents are to be submitted by Tenderers as the Technical Submission via the e-tendering website: 12 Sept 2009 1 Completed Order Form in MS Word Format 2 Quality Submission 3 Fair Payment Charter 4 Anti Collusion Certificate 5 Pricing Schedule 6 Anti Bribery Code of Conduct’ 13 Sept 2009 Annex B – TENDER QUESTION FORM Not Used refer to 1.3.1 14 Sept 2009 Annex C – INDICATIVE TENDER PERIOD TIMETABLE The following table shows an indicative programme for the tender. Item Activity Week 1 Issue tender documents 01 August 2013 2 Last date for tender questions 12 August 2013 3 Tender return 15 August 2013 4 Marking of Quality Statement 19 August 2013 5 Financial Scoring 22 August 2013 6 Pre Award Checks 30 August 2013 7 Initial notification of winning tenderer and 6 September 2013 feedback to tenderers & Standstill 8 Award contract 20 September 2013 The HA has an urgent need of the equipment, so if the above indicative times from item 4 onwards will be improved upon if possible by the HA. 15 Sept 2009 Annex D – QUALITY SUBMISSION REQUIREMENTS Part A: Please simply answer the following questions as indicated. If a Tenderer answers “no” they will not be compliant with the contract requirements and their Tender will be rejected. A1: Technical Solution Quality – “Equipment to V2 Standard”: 2.3.1 Please state whether your Equipment will be supplied in accordance with TR1100, the relevant Version 2 standard(s) specified in Annex A, and has bee been prototyped and type accepted for use on the HA network. MS1 94XX MS 2x12 MS3 3x18 RSC Yes / No Yes / No Yes / No Yes / No A2: Delivery – “Supply to Specification”: Please state that you will supply and install this equipment in accordance with the TMT101 specification. MS1 94XX MS 2x12 MS3 3x18 RSC Yes / No Yes / No Yes / No Yes / No A3: Delivery – “Supply to Specification”: Please state that you will provide maintenance and support for the equipment installed under part E of 1/179 works specification. Alternatively, if the Supplier is not contracted under 1/179 please state that you will provide maintenance and support in accordance with Annex C of the TMT101 specification. MS1 94XX MS 2x12 MS3 3x18 RSC Yes / No Yes / No Yes / No Yes / No A4: Technical Solution – Quality – “Health & Safety”: Confirm compliance with the questions in tables 4 and 13 of PAS 91, and provide supporting information required by PAS 91 to demonstrate compliance. PAS 91 Compliant? Supporting information submitted? Yes / No Yes / No 16 Sept 2009 Part B: Instructions for B1-B4: Please provide MTBF figures for each equipment type based on all current equipment installed on the HA network. If you do not currently have any equipment on the HA network please provide an alternative source (with references). Answers may be provided on standard A4 format. The formula for MTBF is: B1: Technical Solution - Functional Characteristic “Equipment MTBF (hours)”: Please state the number of hours for the Mean Time Between Failures on: MS1 94XXs ___________________________ B2: Technical Solution - Functional Characteristic “Equipment MTBF (hours)”: Please state the number of hours for the Mean Time Between Failures on: MS 2 x 12s ___________________________ B3: Technical Solution - Functional Characteristic “Equipment MTBF (hours)”: Please state the number of hours for the Mean Time Between Failures on: MS3 3x18s ___________________________ B4: Technical Solution - Functional Characteristic “Equipment MTBF (hours)”: Please state the number of hours for the Mean Time Between Failures on: RSCs ___________________________ B5: Delivery - Service Levels “Repairs Returned on time”: 17 Sept 2009 Please state your average return times for the last 3 years on MS1 94XXs and associated components sent for back to base repair: ____________________working days B6: Delivery - Service Levels “Repairs Returned on time”: Please state your average return times for the last 3 years on MS 2 x 12s and associated components sent for back to base repair: ____________________ working days B7: Delivery - Service Levels “Repairs Returned on time”: Please state your average return times for the last 3 years on MS3 3x18s and associated components sent for back to base repair: ____________________ working days B8: Delivery - Service Levels “Repairs Returned on time”: Please state your average return times for the last 3 years on RSCs sent for back to base repair: ____________________ working days B9: Delivery – KPIs Performance Measurement Explain the approach to be used for measuring and collating information required by the Performance Management Framework. (Statement Response – 2 sides of A4 maximum – any more sides will be discounted) 18 Sept 2009 Annex E - Quality Assessment Marks will be awarded for each of the assessment criteria of the Quality Submission, as set out in table 2 below. The mark is a measure of the Highways Agency’s level of confidence that the Tenderer will deliver the task 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 value will be delivered. Part A: If a Tenderer answers “no” they will not be compliant with the contract requirements and their Tender will be rejected. Part B: Table 1a B1 – B4 Marking Criteria: Weak Acceptable Good Excellent 0 - 19999 20000 - 24999 25000 – 29999 30000 + Mark 1 to 4 5 to 7 8 to 9 10 Table 1b B5 – B8 Scoring Criteria: Weak Weak Weak Weak Acceptable Acceptable Acceptable Good Good Excellent Over 29 days 29 to 25 days 24 to 20 days 19 to 16 days 15 to 14 days 13 to 12 days 11 to 10 days 9 to 7 days 6 to 5 days Less than 5 days Mark 1 2 3 4 5 6 7 8 9 10 B9 Scoring Criteria: The approach statement will receive a mark of between 1 and 10 using the standard table 1c below as a guide. More specifically to this particular statement, a score of 5 – 7 (acceptable) will be received on the following bases: “The Tenderer has provided an adequate approach for measuring and collating information required by the Performance Management Framework.” 19 Sept 2009 Table 1c Weak Acceptable Good Excellent How well do the proposals demonstrate an understanding of the Task and meet the Task requirements The approach fails to demonstrate an adequate understanding of the Task objectives and HA strategic objectives. It fails to evidence skills required and address adequately the main task risks. Resources are inadequate and/or do not have the appropriate skill levels. The approach demonstrates an adequate understanding of the Task objectives and HA strategic objectives. It describes how the work would be delivered to an acceptable standard with an experienced and capable team. Resource levels are adequate and demonstrably have the required skills. The approach demonstrates a good understanding of the Task objectives and HA strategic objectives. The supplier has the capability and expertise to undertake the work. It details fully how the Task would be managed and how delivery objectives would be met to high standard of quality. Risks have been identified and mitigating actions presented. Illustration is provided showing how continual improvement would be delivered over the life of the task. The approach has been tailored specifically to suit the Task objectives and HA strategic objectives. It describes cost effective and innovative techniques whilst delivering the required standard of quality and is likely to maximise performance. Demonstrable understanding of how performance on this Task affects the whole project. Mark 1-4 5-7 8-9 10 Table 2: Assessment of the Quality Submission Notes Tenders will be marked against these criteria only and the panel will not take account of any prior knowledge of tenderers in the evaluation. Available Marks B1 B2 B3 B4 B5 B6 B7 B8 B9 Marking band (“Good”) etc Marks Awarded 10 10 10 10 10 10 10 10 10 Weighting Total Weighted Mark 1.5 2.5 2.0 0.5 0.5 0.5 0.5 0.5 1.5 15 25 20 5 5 5 5 5 15 /100 20 Sept 2009 Annex F – Determination of Successful Tender The following demonstrates how the tender scores where the Please note that total quality marks between 50 and 80, will be calculated by subtracting 50 from the total quality mark, multiplying the answer by 1.66 and adding the result to 50. Quality Tender Quality Mark Quality Score A 68.7 81.0 B 81.3 100.0 C 79.5 99.0 D 75.7 92.7 E 65.3 75.4 Highest Price Tender Price %age above lowest Deduction Financial Score A £9,280,000 24% 24 77 B £7,500,000 0% 0 100 C £9,800,000 31% 31 70 D £8,400,000 12% 12 89 E £7,860,000 5% 5 96 Highest Combined Tender 50% of Quality Score 50% of Financial Score Total A 40.5 38.1 78.7 B 50.0 50.0 100.0 C 49.5 34.7 84.2 D 46.3 44.0 90.3 E 37.7 47.6 85.3 Highest Combined 21 Sept 2009 Annex G – Form of Key Staff Schedule Not used for this Procurement Annex H – Staff CV Template Not used for this Procurement Annex I Not used for this Procurement 22 Sept 2009 Annex J – 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 upmost 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 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 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. * a bribe for this purpose being the provision of any financial or other advantage to encourage that person to perform their functions or activities improperly or to reward that person for having already done so *Suppliers who have not already signed up to their commitment to work towards delivering the requirements of this code of conduct will be expected to do so prior to award of any Highways Agency contract. Company name Representatives name Signature …………………. …………………………. Position …………………… Date ………………………….. …………………… 23 Sept 2009 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, 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 24 Sept 2009
© Copyright 2026 Paperzz