selection questionnaire (sq) - project compassdownloads.projectcompass.co.uk/22517/sq10287-2...

82
Selection Questionnaire (SQ) for Development Framework (Consultants) Lot 1 – Architecture (London) Lot 7 – Employer’s Agent (West & South West) Lot 2 – Architecture (East & South East) Lot 8 – Employer’s Agent (Isle of Wight) Lot 3 – Architecture (West & South West) Lot 9 – Civil & Structural Engineering (All Regions) Lot 4 – Architecture (Isle of Wight) Lot 10 – Building Services Engineering (All Regions) Lot 5 – Employer’s Agent (London) Lot 11 – Principal Designer (All Regions) Lot 6 – Employer’s Agent (East & South East) Ref: 10287-2 Date: December 2016 Issue: 01

Upload: vuongcong

Post on 06-Sep-2018

236 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Selection Questionnaire (SQ)

for

Development Framework (Consultants)

Lot 1 – Architecture (London) Lot 7 – Employer’s Agent (West & South

West) Lot 2 – Architecture (East & South East) Lot 8 – Employer’s Agent (Isle of Wight) Lot 3 – Architecture (West & South West)

Lot 9 – Civil & Structural Engineering (All Regions)

Lot 4 – Architecture (Isle of Wight) Lot 10 – Building Services Engineering (All Regions)

Lot 5 – Employer’s Agent (London) Lot 11 – Principal Designer (All Regions) Lot 6 – Employer’s Agent (East & South East)

Ref: 10287-2

Date: December 2016

Issue: 01

Page 2: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Document Control Revisions

Job Ref Revision Date Prepared Checked Amended Notes

10287-2 -- 15/12/16 NT LB -- Draft for comment

10287-2 A 16/12/16 NT LB NT Legal Compliance Review

10287-2 B 19/12/16 NT LB NT SQ Stage Issue

This Selection Questionnaire (“SQ”) and other associated documentation has been issued by The “Authority” in connection with a competitive procurement conducted in accordance with the “Restricted Procedure” under the Public Contracts Regulations 2015 (as amended) (the “Regulations”).

Page 3: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Contents 1. Introduction ..................................................................................................................... 1

1.1 About the Tender Opportunity 12. Project Background ........................................................................................................ 3

2.1. About The Authority 32.2. About The Project 32.3. Overall Description of Services 62.4. Scope of Framework 62.5. Social Value & Community 92.6. Collaboration 10

3. The Procurement Process ........................................................................................... 113.1. Overview of the Procurement Process under the Restricted Procedure 113.2. Selection Stage 113.3. Tender Stage 123.4. Contract Award 143.5. The Procurement Timetable 14

4. Completing the Selection Questionnaire (SQ) ............................................................ 164.1. Introduction 164.2. Notes for Completion of the SQ 164.3. Responses & Enquiries 184.4. Potential Supplier Information and Exclusion Grounds: Part 1 and Part 2. 194.5. Supplier Selection Questions: Part 3 194.6. Anti-Bribery Statement 204.7. Verification of Information Provided 204.8. Confidentiality 20

5. Sub-Contracting & Consortia ....................................................................................... 215.1. Overview of Sub-contracting & Consortia 215.2. Sub-contracting Arrangements 225.3. Consortia Arrangements 225.4. Changes to Sub-contracting & Consortia Arrangements 23

6. The Assessment Process ............................................................................................. 256.1. Introduction 256.2. Self-Declaration 256.3. Pass/Fail Test 266.4. Scored Assessment 276.5. Minimum Turnover Requirements 276.6. Minimum Threshold Score 286.7. Shortlisting 29

7. Other Matters ................................................................................................................ 297.1. Contract Award Criteria 29

Page 4: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

7.2. Disclaimer, Confidentiality & Related Matters 297.3. Assessment of Provider’s Suitability 30

Page 5: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Appendices Appendix A Overview of Procurement Process

Appendix B Selection Questionnaire

Appendix C Financial Evaluation

Appendix D Lots

Appendix E SHG Commitment to Social Value

Page 6: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 1

1. Introduction

1.1 About the Tender Opportunity 1.1.1. On 19th December 2016 a notice was placed in the Official Journal of the European Union

(OJEU) by Southern Housing Group (referred to in the SQ documents as the “Authority”),

inviting expressions of interest in its Development Programme (DP).

1.1.2. The Authority is seeking to enter into a Framework Agreement with Consultants for the delivery

of its “Development Programme” in 11 separate packages, broken down into geographical

areas and “by discipline”, otherwise defined as “Lots”, as follows:-

- Lot 1 – Architecture (London)

- Lot 2 – Architecture (East & South East)

- Lot 3 – Architecture (West & South West)

- Lot 4 – Architecture (Isle of Wight)

- Lot 5 – Employer’s Agent (London)

- Lot 6 – Employer’s Agent (East & South East)

- Lot 7 – Employer’s Agent (West & South West)

- Lot 8 – Employer’s Agent (Isle of Wight)

- Lot 9 – Civil & Structural Engineering (All Regions)

- Lot 10 – Building Services Engineering (All Regions)

- Lot 11 – Principal Designer (All Regions)

1.1.3. The Authority is seeking Applicants to submit expressions of interest to participate in its tender

process being conducted in accordance with the Restricted Procedure of the Public Contracts

Regulations 2015 (as amended) for the procurement of its Development Programme

Framework Agreement (the “Framework Agreement”).

1.1.4. Expressions of interest must be in the form of a completed Selection Questionnaire (“SQ”). This

SQ adopts the UK Government Cabinet Office SQ core questions [with project specific

derogations identified as “Selection” questions]. The Authority intends to assess the SQ

submissions to shortlist suitable Applicants to tender.

1.1.5. For the purpose of the SQ documentation, the capitalised words and expressions that follow

have the meanings set out below unless the context specifically requires otherwise. It should

also be noted that references to the singular include the plural and vice versa.

Terms of abbreviation

Definition

Applicants the bidder(s) (or potential bidder(s)) applying to compete for the award of the Framework Agreement

Page 7: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 2

Terms of abbreviation

Definition

Authority Southern Housing Group (and where the context admits other contracting authorities)

Bidder the organisations selected at the SQ stage and invited to tender under the Restricted Procedure

Consortium a group of organisations coming together to form an Applicant

Contract the provision of “Works” to the Authority

FOIA Freedom of Information Act 2000

ITT Invitation to Tender

Lead Applicant the Lead Applicant of a Consortium or the Prime Contractor of sub-contracting arrangement that is expected to enter into the Framework Agreement with the Authority and co-ordinate bid responses from all Relevant Organisations

PCR2015 Public Contracts Regulations 2015 (as amended)

Procurement this tender procurement for the procurement of the Framework Agreement

Regulations Public Contracts Regulations 2015 (as amended)

Relevant Organisations

a member organisation of the Consortium or a sub-contractor in a sub-contracting arrangement

SQ the Selection Questionnaire being Appendix B of the SQ

Sub-Contractor any organisation employed by the Prime Contractor forming part of the Prime Contractor’s supply chain. The term sub-contractor can used interchangeably with sub-consultant, sub-supplier and so on dependent upon the type of organisation employed.

1.1.6. A Project Team has been set up to conduct the Procurement. The Project Team will be the

Authority’s interface to Applicants during the tender process. However, all contact from

Applicants must be via the e-tendering portal.

1.1.7. The Project Team includes the officers from the Authority and its external advisors:-

- Procurement Consultant (Cameron Consulting)

- Legal Advisers – Devonshires Solicitors

1.1.8. In addition, other officers of the Authority or representatives appointed by it may be involved in

the tender process as necessary during the procurement. The Authority reserves the right to

change its Project Team at any time during the Procurement.

1.1.9. This SQ is made available to all Applicants at the Selection Stage and provides a background to

the Authority’s requirements as well as the Procurement procedure to be undertaken, as

intended by the Authority.

Page 8: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 3

2. Project Background

2.1. About The Authority

2.1.1. Southern Housing Group (SHG) is a member of the G15 group of London Housing

Associations. Originally established in 1901 as a charitable trust, we changed our name in 2001

to reflect the nature and scope of the organisation.

2.1.2. We build a mix of residential tenures – traditional council housing, shared ownership, affordable

rent, private market rent or outright sales.

2.1.3. As part of our Development Strategy, we are looking to develop approximately 3,500 units over

the next 5 years for an estimated value of £701m. To deliver this programme, we are looking to

establish frameworks of contractors and consultants (Architects, Civil & Structural Engineers,

MEP Engineers, Employer’s Agents and Principal Designers). The frameworks are intended to

cover a range of project sizes and contract types across SHG regions and will range in size

between 5 and 300 units. At the smaller end of the scale, some projects will be small, infill sites

(mostly in London) and rural exception sites, whereas there will also be a number of medium

sized one-off projects and a small number of large, complex regeneration schemes, which may

be broken down into phases. The majority of units developed will be flats/apartments, with a

large proportion of 1 and 2-bed homes. Shared ownership and Private Rented Sector (PRS)

will be priority tenures, although SHG will continue to deliver some homes for affordable rent

and open market sale.

2.1.4. We are a customer-focused organisation and customer experience is extremely important to us.

We are committed to high standards and continual improvement in the quality of our homes and

the services that our customers receive. Consequently, we expect high standards of ourselves

and those we do business with.

2.2. About The Project

2.2.1. The Authority wishes to establish a Framework Agreement for the provision of “Consultancy

Services” in connection with the Authority’s “Development Programme” (“the Project”), which will

be split into 11 Lots as follows:-

Lot Contract Area Geographical Area Nr of Operators1

Architecture

1 London London, Hertfordshire, Essex 5

1 This is the maximum number of operators to be appointed onto a Lot. The Authority reserves the right to take fewer operators through subject to meeting the Authority’s minimum requirements as set out in the Procurement Documentation.

Page 9: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 4

Lot Contract Area Geographical Area Nr of Operators1

2 East & South East West Sussex, Mid Sussex, East Sussex, Surrey, Kent, Brighton & Hove

5

3 West & South West Bucks, Oxfordshire, Gloucestershire, Wiltshire, Berkshire, Hampshire

5

4 Isle of Wight Isle of Wight 3

Employer’s Agent

5 London London, Hertfordshire, Essex 5

6 East & South East West Sussex, Mid Sussex, East Sussex, Surrey, Kent, Brighton & Hove

5

7 West & South West Bucks, Oxfordshire, Gloucestershire, Wiltshire, Berkshire, Hampshire

5

8 Isle of Wight Isle of Wight 3

Civil & Structural Engineering

9 All Regions All Regions 5

Building Services Engineering

10 All Regions All Regions 5

Principal Designer

11 All Regions All Regions 5

2.2.2. The Authority is seeking to award up to 5 Framework Operators onto to each Lot (3 Operators in

respect of Lots 4 & 8) to undertake the required services. The Authority will award places on the

Framework Agreement by applying the criteria stated in the Invitation to Tender (ITT). The

overall criteria for selection will be based on most economically advantageous tender (MEAT)

being a combination of cost and quality.

2.2.3. Applicants are permitted to bid for one or more lots with no limit on the maximum number of lots

applied for. The lots are grouped together in the following “Groupings”:-

- Grouping #1: Lots 1-4

- Grouping #2: Lots 5-8

- Grouping #3: Lot 9

- Grouping #4: Lot 10

- Grouping #5: Lot 11

2.2.4. The groupings are based on the specific consultant discipline being procured under a lot, i.e.

Grouping #1 is for “Architects”, Grouping #2 is for “Employer’s Agent”, Grouping #3 is for “Civil &

Page 10: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 5

Structural Engineers, Grouping #4 for “Building Services Engineers” and Grouping #5 for

“Principal Designers”.

2.2.5. Applicants bidding for lots within the same Grouping are only required to provide a response per

Grouping.

2.2.6. The Authority will use either the direct award or competitive procedure in the award of services

under the Framework, the details of which are set out in the Procurement Documents.

2.2.7. Where a Tenderer is successfully awarded a place on any one or more of the Framework Lots

within a “Grouping”, it may also be invited to compete in mini-competition within a lot in a

Grouping where it may not feature. These opportunities will be limited only to “emergency”

situations which may typically include the following:-

- A mini-competition exercise fails to receive sufficient interest (less than 3 responses) to

ensure that value for money is being demonstrated. The mini-competition will be re-run

with additional Framework Operators;

- The termination of one or more Framework Operators in a particular lot where the number

of Framework Operators left on the Framework is less than 4, or 2 in the case of Lots 4 and

8.

2.2.8. In connection with the above, SHG will invite only the top scoring Framework Operators from

another lot or lots based on their performance against the Framework KPIs. Further information

is set out in the Procurement Documents.

2.2.9. SHG reserves the right to limit participation in mini-competition to those organisations who may

have been successful on lots within different “Groupings”. For example, SHG may restrict the

award of a call-off contract for an Architect and Employer’s Agent, if the same organisation is

successful. Framework Consultants will be required to state their preference for an award of

contract in the event that they may be successful in more than one lot. Further details are set

out in Schedule 3 – Mini-Competition Procedures of The Framework Agreement.

2.2.10. Applicants are required to state their preference for which lots they wish to compete for when

submitting their response to this SQ (see Appendix D – Lots, complete and return with your

response to this SQ); Applicants will only be invited to tender for those lots for which they have

selected and for which they have been shortlisted. Tenderers may apply for one or more lots in

any combination up to the maximum number of lots. The Authority will apply the award criteria

set out in the Procurement Documents in relation to the award of lots.

2.2.11. The SQ will be used to assess the suitability of proposed Consultants who wish to be

considered for shortlisting to tender for the opportunity.

Page 11: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 6

2.3. Overall Description of Services

2.3.1. The Authority is seeking to establish a number of frameworks to deliver the Authority’s

“Development Programme” comprising largely of the construction of new homes (including

some refurbishment and estate regeneration) for a number of different tenures including market

sale, market rent (private). Shared ownership and affordable rent. Specifically, the scope of

services will comprise the undertaking a range of consultancy services in connection with the

design and management of building contracts to support the Authority’s “Development

Programme”. The services required will be specific to each discipline in each lot. Applicants

will be required to provide services in accordance with their respective role, in accordance with

the RIBA Plan of Work 2013. Consultant Service Schedules are provided with the Procurement

Documents (See Schedule 7 – Consultant Services Schedules of The Framework

Agreement) and set out the scope of services required for a number of different “Procurement

Types” that the Authority intends using throughout the framework to deliver its Development

Programme:-

- Single Stage Design & Build

- Two Stage Design & Build

- Single Stage Traditional

- Two Stage Traditional

- Management Construction

- Construction Management

2.3.2. Further details relating to the full scope of services required are set out in the Procurement

Documents.

2.4. Scope of Framework

2.4.1. The duration of the Framework is for an initial period of 4 years (48 months) extendable by 1

year (12 months) up to a maximum of 5 years (60 months). The Authority is justifying its

position to establish the framework over this period to align with the Group Development

Strategy over the same period. Applicants should note however that the framework is “Non-

Exclusive” and therefore, there is no guarantee of work and that the Authority may adopt other

methods to deliver its Development Programme over the entire duration of the Framework.

2.4.2. The anticipated total “project value” of the overall framework over the entire duration (5 years) of

the framework is £701m; the estimated value of the Consultant Framework is circa £50m. Set

out below is the approximate split between the regions. However, “Development” can typically

be “demand-led” and therefore it is not possible to specifically identify where those opportunities

may exist or in which “lot”; accordingly, the estimated value within each region may vary over

the life of the framework.

Page 12: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 7

Region Estimated Project Value (£)

Estimated Fee Value (£)

London, Essex and Hertfordshire £337M £23.6M

Isle of Wight £21M £1.5M

South West £105M £7.4M

South East £238M £16.7M

TOTAL £ 701.00M £ 49.20M

2.4.3. The contract areas are set out below:-

2.4.4. SHG currently operates across the following regions and local authorities:-

Region Local Authority

London

London

Barking and Dagenham, Barnet, Bexley, Brent, Bromley, Croydon, Ealing, Enfield, Haringey, Harrow, Havering, Hillingdon, Hounslow, Kingston upon Thames, Merton, Newham, Redbridge, Richmond upon Thames, Sutton, Waltham Forest, Camden, Greenwich, Hackney, Hammersmith and Fulham, Islington, Royal Borough of Kensington and Chelsea, Lambeth, Lewisham, Southwark, Tower Hamlets, Wandsworth, Westminster, City of London

Essex Basildon, Braintree, Brentwood, Castle Point, Chelmsford, Colchester, Epping Forest, Essex, Harlow, Maldon, Rochford, Tendring, Uttlesford

Hertfordshire Broxbourne, Dacorum, East Hertfordshire, Hertfordshire, Hertsmere, North Hertfordshire, St. Albans, Stevenage, Three Rivers, Watford,

Page 13: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 8

Region Local Authority

Welwyn Hatfield

South East

West Sussex Adur, Arun, Chichester, Crawley, Horsham, Mid Sussex, West Sussex, Worthing

East Sussex East Sussex, Eastbourne, Hastings, Lewes, Rother, Wealden, Brighton & Hove

Surrey Elmbridge, Epsom & Ewell, Guildford, Mole Valley, Reigate & Banstead, Runnymede, Spelthorne, Surrey, Surrey Heath, Tandridge, Waverley, Woking

Kent Ashford, Canterbury, Dartford, Dover, Gravesham, Maidstone, Sevenoaks, Shepway, Swale, Thanet, Tonbridge & Malling, Tunbridge Wells

South East

Buckinghamshire Aylesbury Vale, Buckinghamshire, Chiltern, South Bucks, Wycombe

Oxfordshire Cherwell, Oxford, Oxfordshire, South Oxfordshire, Vale of White Horse, West Oxfordshire

Gloucestershire Cheltenham, Cotswold, Forest of Dean, Gloucester, Gloucestershire, Stroud, Tewkesbury

Hampshire Basingstoke & Deane, East Hampshire, Eastleigh, Fareham, Gosport, Hampshire, Hart, Havant, New Forest, Rushmoor, Test Valley, Winchester

Wiltshire

Berkshire

Isle of Wight

Isle of Wight Isle of Wight

2.4.5. The above list is not exhaustive and SHG pursues a growth strategy which may lead to working

with other local authorities during the life of the Framework.

2.4.6. The Procurement Documentation sets out in more detail the scope of services to be undertaken

under the framework.

2.4.7. The form of Framework Agreement to be used is a bespoke form. Further details are set out in

the Procurement Documentation.

2.4.8. The Consultant will enter into a bespoke “Call-Off” Contract referred to as a “Deed of

Professional Appointment”. In addition, in connection with Lots 5-8 for “Employer’s Agent”

where they are required to act as “Construction Manager”, then the Consultant will enter into the

JCT Construction Management Appointment (CM/A). Both Call-Off Contracts are provided in

the Procurement Documents.

Page 14: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 9

2.4.9. Potential Applicants should note that the requirement will be for the delivery of all of the

“Services” as defined in the OJEU notice and in this SQ. Any Applicant (with or without sub-

consultants) or consortium offering to provide only part of the services will not be considered.

2.5. Social Value & Community

2.5.1. SHG is a member of the G15 group of London Housing Associations. We are a business with

social objectives and our customers are at the heart of our business. The Group is committed

to developing a vision for its customers that promotes:-

- sustainable communities;

- secure and ethical employment;

- greater financial security for customers;

- better health and well-being

2.5.2. Many of the Group’s customers face social isolation and high levels of deprivation. The Group

is committed to supporting our most vulnerable customers by finding solutions that will help

reduce the causes of isolation and deprivation. In doing this, we deliver a programme of

opportunities that enables our customers realise their aspirations. The Group has a dedicated

team who deliver innovative projects and training opportunities that respond directly to the

needs of its customers.

2.5.3. The Group follows the terms of the Public Services and Social Value Act (2012). We have a

responsibility to ensure the services we procure have a direct benefit for customers and the

local community. All contractors must agree to meet the minimum criteria and will be

encouraged to commit additional resources to support the Group in improving our customers’

lives and communities.2

2.5.4. We will also work with our contractors to develop innovative Social Value opportunities that help

them meet their corporate social responsibilities, while improving and having a long term impact

on the lives of our customers. The Group achieves this through ensuring that Social Value is

included in every new tender process. The Group will regularly review with contractors the

delivery of social objectives to ensure these continue to meet the needs of our customers and

our commitment in this area.

2.5.5. The Authority is keen to ensure that the establishment of these frameworks support SHG’s

objectives for improving communities. Accordingly any Applicant will be required to support the

Authority in the following areas:-

- Employment and Training

2 Further details are set out in the Procurement Documentation

Page 15: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 10

- Financial Resilience

- Community Projects

- Supporting isolated and vulnerable customers

- Digital Inclusion

- Sponsorship / Funding

- Improving local environments

- Other Social value offers

- Agreed budget spend on community investment

2.5.6. Further information is set out in the ITT.

2.5.7. Applicants are also referred to Appendix E – SHG Commitment to Social Value.

2.6. Collaboration

2.6.1. The Authority has decided to use a bespoke form of Framework Agreement which requires the

framework consultants to act collaboratively with one another, as appropriate. The reason for

this is that SHG wishes to secure maximum benefits through collaboration and in particular,

through the establishment of integrated supply chains. Accordingly, SHG has set out its

objectives for collaboration on the Framework and these are set out in the Procurement

Documents.

2.6.2. Applicants wishing to participate in this framework must demonstrate the required approach to

collaboration in accordance with SHG’s requirements; these will be “tested” during the tender

stage, where Tenderers will be required to set out their overall approach to collaboration and

how they will work with the Authority and other Framework Consultants, including Contractors,

to meet overall framework objectives.

2.6.3. Any organisation who does not feel they can work collaboratively in the manner set out in the

Procurement Documents, should not apply.

Page 16: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 11

3. The Procurement Process

3.1. Overview of the Procurement Process under the Restricted Procedure

3.1.1. The Authority is using the Restricted Procedure under the Regulations for the establishment of

this Framework. This section describes in more detail how the Authority intends to undertake

this Procurement. The process is further illustrated at Appendix A – Overview of Procurement Process.

3.1.2. Following the “Selection Stage”, the Authority will draw up a shortlist of Tenderers who will then

be invited to tender; the Authority intends to shortlist an envisaged number of 10 (ten)

Tenderers per lot, except Lots 4 & 8, where the envisaged number to be shortlisted is 6 (six).

3.1.3. The following sections describe the various stages of the procurement process including:-

1. Selection Stage

2. Tender Stage

3. Contract Award

3.2. Selection Stage

3.2.1. The Authority will wish to be satisfied that it shortlists those Applicants who have the appropriate

capabilities and resources available to it to perform the works and services that may be required

under the Framework Agreement. To assist the Authority in evaluating the extent to which

Applicants meet the Authority’s selection criteria, Applicants are required to complete the

associated SQ.

3.2.2. The Authority’s selection criteria are:-

- The capability and technical competence of Applicants to fully meet the Authority’s service

requirements for the Framework Agreement based on their past performance and

experience, including:

o The organisational, managerial and technical capability to deliver the works and

services required; and

o Quality management procedures and policies;

- The economic and financial standing of Applicants taking into account such matters as

insurances, turnover, profit and statements of accounts.

- The Applicant’s relevant current and previous experiences and client base.

- Technical, financial and economic track record for projects of a similar nature.

3.2.3. The Authority will be entitled to reject an Applicant if the bidding entity cannot meet the

Authority’s specified minimum requirements.

Page 17: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 12

3.2.4. In accordance with Regulation 53 of the PCR2015 (as amended), Applicants are provided with

access to the draft Invitation to Tender (ITT) documents. The purpose of which is to provide

Applicants with information relating to the tender and to enable them to determine whether they

wish to proceed in the procurement.

3.2.5. The ITT is provided in draft form only and the Authority reserves the right to alter and amend the

documentation between now and when the ITT is issued to shortlisted Tenderers.

3.2.6. Applicants should note that the ITT documents are provided in a “view only” format. Whilst

Applicants are able to download the documentation, they will not be able to print, copy or email

such documentation. Finally, Applicants should note that at this stage of the procurement,

redacted copies of documentation are provided. This is to accord with the Authority’s obligations

under the following Acts:-

- Data Protection Act 1998;

- Intellectual Property Act 2014.

3.2.7. Full un-redacted copies of the ITT will be provided to shortlisted Tenderers who also sign a

“Confidentiality Undertaking” prior to participation in the tender stage.

3.3. Tender Stage

3.3.1. Tenderers will be issued with a final version of the “Invitation to Tender” (ITT), which will initiate

the tender stage.

3.3.2. The Final Tender Pack will provide project requirements and other information as set out in the

table below. Applicants should note that they are being provided with the draft tender

documents and the table below summarise the “status” of the documents provided at this, SQ

Stage of the procurement process:-

Part Description Current Status3

Volume 1 – Invitation to Tender

Part 1 – Instructions & Background

This contains a general background to the project and sets out the tender procedure

Complete, in draft.

Part 2 – Evaluation Methodology

Detailed evaluation methodology for the tender submission for both the qualitative and quantitative aspects of the Tenderer’s response.

Pending. Partially complete.

Part 3 – Method Statement Questions

These are the questions that the tenderer will be required to respond to

Pending. Partially complete.

3 Consistent with Regulation 53 of PCR2015, Applicants are provided with draft ITT documents. We set out the current status as provided at SQ Stage.

Page 18: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 13

Part Description Current Status3

as part of the tender proposal.

Part 4 – Pricing Schedule Overarching document setting out the key components of the Pricing Schedule including fee matrices for time charge and percentage fees against different procurement types, by value band.

Pending. Partially complete.

Part 5 – Tender Return Schedule

Instructions for return of tenders and schedule of documents to be returned

Complete, in draft.

Volume 2 – The Framework Agreement

Schedule 1 – Framework Lots

Will set out details of the Framework Lots and the Consultants appointed to each of them. To be completed post tender

Not applicable.

Schedule 2 – Form of “Call-Off” Contract

This is a bespoke Consultant Call-off Contract. This will contain the relevant forms of collateral warranties, bonds and guarantees

Complete, in draft.

Schedule 3 – Mini-Competition Procedures

This will set out the procedures for awarding “services” under the framework under both direct and competitive award procedures. For direct award, this will also include a “capability matrix”

Complete, in draft.

Schedule 4 – Consultant Fee Schedule

This will contain the Consultant Fee Schedule comprising rates to apply for Direct Award and also as a benchmark for Competitive Award procedures. This will be inserted post tender.

Not applicable.

Schedule 5 – Access Arrangements

This will be the form of Agreement that third parties must sign if they want to join and call off under the Framework Agreement.

Complete, in draft.

Schedule 6 – Key Performance Indicators

This will set out the "global" list of KPIs that may apply to Call Off Contracts awarded under the Framework Agreement.

Pending. Partially complete.

Schedule 7 – Consultant Service Schedules

Details of the Consultant Scope of Services for each discipline and for each procurement type.

Pending. Partially complete.

Schedule 8 – SHG Requirements

Template Employer’s Requirements, Design Guide and Policies and Procedures.

Complete, in draft.

Schedule 9 – Consultants Qualitative Proposals

This will contain the Framework Consultant’s qualitative response to the Framework tender. To be inserted post tender.

Not applicable.

Page 19: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 14

3.3.3. In broad terms, Volume 1 – Invitation to Tender is everything the Tenderer requires to

complete their Tender Response. Volume 2 – Framework Agreement is the document that

survives the Tender Process and is the basis of the agreement that the parties will enter into

following the award of the Framework Agreement. Tenderers should note that their Tender

Response will be combined within the Framework Agreement at Schedules 4 (Consultant’s Fee Schedule) and 9 (Consultant’s Qualitative Proposals).

3.3.4. Clarification meetings may be sought as part of the tender stages. Further information is

provided in the Procurement Documents.

3.3.5. Following submission of a “Tender Response” from Tenderers, the evaluation team will evaluate

each submission against the evaluation criteria contained in the ITT. The top 5 scoring

tenderers in each lot will be selected and awarded a place on the framework (except for Lots 4

& 8 where the top 3 scoring tenderers will be awarded a place).

3.3.6. The Authority intends to award contracts to Tenderers who submit the most economically

advantageous tender against the disclosed evaluation criteria set out in the ITT. It should

however be noted that the Authority reserves the right not to award a place on the Framework to

any Tenderer.

3.4. Contract Award

3.4.1. When the Authority is satisfied that it has received tenders that meet its requirements, it will

formally award the Framework Agreement.

3.4.2. The Authority reserves the right:-

- To cancel or withdraw from the Procurement at any stage;

- Not to award all or part of the Framework Agreement;

- To amend the terms and conditions of the Procurement.

3.5. The Procurement Timetable

3.5.1. A summary of the key stages and milestones are set out in the table below:-

Key Task/Milestone Date

Pre-Qualification

Post Contract Notice (OJEU) 19/12/16

Return of SQ Submission 27/01/17

Evaluation of SQ Response 30/01/17 – 10/02/17

Gateway: Shortlist for Tender 14/02/17

Tender Stage

Page 20: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 15

Key Task/Milestone Date

Issue Tender Documents (ITT) 14/02/17

Tender Return 17/03/17

Tender Evaluation 20/03/17 – 31/03/17

Interviews/ Presentations 03/04/17 – 14/04/17

Tender Recommendation 24/04/17 – 26/04/17

Gateway: Approval to Proceed 26/04/17

Contract Award & Mobilisation

Statutory Standstill Period (Alcatel Period) 01/05/17 – 12/05/17

Award Framework Agreement 15/05/17

Mobilisation (and Contract Execution) 16/05/17 – 16/06/17

Gateway: Commence Framework 16/06/17

3.5.2. Applicants should note that the timetable is provided as a guide and whilst the Authority does

not intend to depart from the timetable, it reserves the right to do so at any time.

Page 21: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 16

4. Completing the Selection Questionnaire (SQ)

4.1. Introduction

4.1.1. This Selection Questionnaire (SQ) follows the guidance set out by Cabinet Office/ Crown

Commercial Services (Procurement Policy Note: Standard Selection Questionnaire (SQ) Action

Note 8/16 issued on 9th September 2016) relating to requirements for Selection Questionnaires

to help businesses access public sector contracts. It is made up of three parts:-

Part 1 – Potential Supplier Information – Details relating to the Applicant’s status;

Part 2 – Exclusion Grounds – Where the Applicant is required to “Self-Declare” their

status against the exclusion grounds;

Part 3 – Selection Questions – Where the Applicant is required to respond to

“Selection” questions to enable the Authority to shortlist under the Restricted

Procedure. These relate specifically to “Economic and Financial Standing” and

“Technical and Professional Ability”.

4.1.2. The Selection Questionnaire (SQ) for completion is provided at Appendix B – Selection Questionnaire. In addition, Appendix C – Financial Evaluation contains a financial

evaluation sheet for completion by the Applicant in relation to an organisation’s financial status.

4.1.3. The purpose of the SQ is to enable Applicants, or Lead Applicants, who are interested in

participating in the Procurement to provide the Authority with sufficient information to make an

initial assessment of their financial standing, capability and suitability for the proposed

Framework Agreement enabling the Authority to shortlist Bidders for the tender stage of the

Procurement.

4.1.4. If there are fewer than the “envisaged” number of Applicants that meet the Authority’s

miniminum standard, the Authority shall invite the relevant number to tender, provided that the

Authority is satisfied that there is a sufficient number of Bidders to ensure genuine competition.

4.1.5. The Authority reserves its right to cancel or postpone this Procurement at any time and the

Authority shall not be liable for any losses, damages, costs, expenses or other sums

whatsoever to any of the Applicants.

4.2. Notes for Completion of the SQ

4.2.1. The “Authority” means the contracting authority, or anyone acting on behalf of the contracting

authority, that is seeking to invite suitable candidates to participate in this procurement process.

Page 22: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 17

4.2.2. “You” / “Your” refers to the potential supplier completing this standard Selection Questionnaire

i.e. the legal entity responsible for the information provided. The term “potential supplier” is

intended to cover any economic operator as defined by the Public Contracts Regulations 2015

(referred to as the “regulations”) and could be a registered company; the lead contact for a

group of economic operators; charitable organisation; Voluntary Community and Social

Enterprise (VCSE); Special Purpose Vehicle; or other form of entity.

4.2.3. Please ensure that all questions are completed in full, and in the format requested. If the

question does not apply to you, please state ‘N/A’. Should you need to provide additional

information in response to the questions, please submit a clearly identified annex.

4.2.4. The authority recognises that arrangements set out in section 1.2 of the standard Selection

Questionnaire, in relation to a group of economic operators (for example, a consortium) and/or

use of sub-contractors, may be subject to change and will, therefore, not be finalised until a later

date. The lead contact should notify the authority immediately of any change in the proposed

arrangements and ensure a completed Part 1 and Part 2 is submitted for any new organisation

relied on to meet the selection criteria. The authority will make a revised assessment of the

submission based on the updated information.

4.2.5. For Part 1 and Part 2 every organisation that is being relied on to meet the selection must

complete and submit the self-declaration.

4.2.6. All sub-contractors are required to complete Part 1 and Part 2.

4.2.7. For answers to Part 3 – If you are bidding on behalf of a group, for example, a consortium, or

you intend to use sub-contractors, you should complete all of the questions on behalf of the

consortium and/ or any sub-contractors, providing one composite response and declaration.

4.2.8. The authority confirms that it will keep confidential and will not disclose to any third parties any

information obtained from a named customer contact, other than to the Cabinet Office and/or

contracting authorities defined by the regulations, or pursuant to an order of the court or

demand made by any competent authority or body where the authority is under a legal or

regulatory obligation to make such a disclosure.

4.2.9. Please read each section carefully as only those organisations that meet the requirements in

the SQ will be short-listed and invited to tender.

4.2.10. Please answer every question and ensure that you complete the SQ as requested and in

accordance with the Authority’s instructions. Failure to do so may result in your application

being disqualified and rejected.

Page 23: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 18

4.2.11. If a question does not apply to you please write N/A; if you don’t know the answer please write

“N/A” or ”N/K”. Where appropriate, the Applicant should also include an explanation of why

“N/A” or ”N/K” applies.

4.2.12. Please complete all questions in English;

4.2.13. Please include, where appropriate, any supporting documents.

4.2.14. All enclosures should be clearly marked with the question to which they refer.

4.2.15. When completing the SQ, only attach additional documentation when requested. Any additional

documents and information submitted in addition to the SQ will need to be cross referenced with

the question it is referring to. Additional documentations and generic marketing material not

requested in this SQ will be disregarded. Accordingly, Applicants should ensure it responds fully

to this SQ.

4.2.16. Applicants should adhere strictly to the guidance provided in terms of format and/or page count.

This mainly applies to “Section 6: Technical and Professional Ability”. For example, if the

font type and line spacing is stated then the Applicant must respond in this format. In terms of

“Page Count”, this is based on providing a response on A4 and in portrait orientation.

Applicants should note that if they exceed the page count, then the Evaluator is only obliged to

evaluate up to the limit stated. Therefore, if the Applicant provides a 3 page response and the

page count is 2 pages, then the 3rd page will not be evaluated. It is therefore important that the

Applicant responds within the page count or risk being “marked down”.

4.3. Responses & Enquiries

4.3.1. Applicants wishing to participate in this Procurement should submit their expressions of interest

by return of the completed SQ response. The Authority reserves the right to clarify with

Applicants any matters that are unclear from the SQ responses if necessary. The Authority and

its advisors will treat all submissions on a confidential basis. All enquiries should be sent in

writing via the Authority’s e-tendering portal.

4.3.2. Please return the completed SQ response by uploading your responses and all supporting

documentations onto the Authority’s e-tendering portal, Delta eSourcing.

4.3.3. Please allow yourselves enough time to upload your SQ submission; any submission received

after the deadline will be rejected and will not be considered.

4.3.4. SQ submissions must be received by no later than 12:00:00 on 27th January 2016.

4.3.5. Any SQ response submitted either manually or by email will not be accepted and will not be

considered.

Page 24: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 19

4.3.6. All clarification questions and correspondence must be communicated via the Authority’s e-

tendering portal (see https://www.delta-esourcing.com/). The deadline for posting queries is

17:00:00 on 13/01/17.

4.3.7. Verbal enquiries and requests will not be responded to. The Authority will endeavour to respond

to queries not less than four (4) days prior to the deadline date for receipt of SQ submissions.

4.4. Potential Supplier Information and Exclusion Grounds: Part 1 and Part 2.

4.4.1. The standard Selection Questionnaire is a self-declaration, made by you (the potential supplier),

that you do not meet any of the grounds for exclusion. If there are grounds for exclusion, there

is an opportunity to explain the background and any measures you have taken to rectify the

situation (we call this self-cleaning).

4.4.2. A completed declaration of Part 1 and Part 2 provides a formal statement that the organisation

making the declaration has not breached any of the exclusions grounds. Consequently, we

require all the organisations that you will rely on to meet the selection criteria to provide a

completed Part 1 and Part 2. For example, these could be parent companies, affiliates,

associates, or essential sub-contractors, if they are relied upon to meet the selection criteria.

This means that where you are joining in a group of organisations, including joint ventures and

partnerships, each organisation in that group must complete one of these self-declarations.

Sub-contractors that you rely on to meet the selection criteria must also complete a self-

declaration (although sub-contractors that are not relied upon do not need to complete the self-

declaration).

4.4.3. When completed, this form is to be sent back to the contact point given in the procurement

documents along with the selection information requested in the procurement documentation.

Alternatively you can submit the completed Exclusion Grounds of the EU ESPD (Part III) as a

downloaded XML file to the buyer contact point along with the selection information requested in

the procurement documentation.

4.5. Supplier Selection Questions: Part 3

4.5.1. Part 3 of the SQ comprises of the following sections:-

Section 4 – Economic & Financial Standing

Section 5 – Organisation Status

Section 6 – Technical & Professional Ability

Section 7 – Modern Slavery Act 2015

Section 8 – Additional Questions

Page 25: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 20

4.5.2. The procurement document will provide instructions on the selection questions you need to

respond to and how to submit those responses. If you are bidding on behalf of a group

(consortium) or you intend to use sub-contractors, you should complete all of the selection

questions on behalf of the consortium and/or any sub-contractors.

4.5.3. If the relevant documentary evidence referred to in the Selection Questionnaire is not provided

upon request and without delay we reserve the right to amend the contract award decision and

award to the next compliant bidder.

4.5.4. Applicants must answer all questions and provide supporting documentation where indicated to

do so. Failure to answer a question or provide relevant supporting documentation may result in

you being marked with a “0” against. [A "Fail" will result in your SQ being disqualified and not

evaluated further by the Authority].

4.6. Anti-Bribery Statement

4.6.1. The Authority is committed to eliminating corruption and bribery and achieving the highest

standards of governance in all its activities in accordance with the requirements of the Bribery

Act 2010. The Authority wishes to carry out its business transparently and fairly and therefore

operates a zero tolerance towards corruption and bribery. The Authority expects that any

organisation wishing to undertake business with the Authority or any organisation being invited

to undertake business with the Authority must also demonstrate such commitment to conducting

their business without corruption and bribery.

4.7. Verification of Information Provided

4.7.1. The higher the risk of the procurement, the higher the level of verification is likely to be required.

In accordance with the approach of “self declaration”, you are not required to provide supporting

documents in response to Part 2 of the SQ at this stage (for example certificates, statements

with this questionnaire).

4.7.2. However, the Authority will ask to see these or additional documents at a later stage, so it is

advisable you ensure they can be made available on demand. You may also be asked to clarify

your answers or provide more details about certain issues.

4.8. Confidentiality

4.8.1. When providing details of contracts in answering questions in Part 3 and in particular,

“Technical and Professional Ability”, the Applicant agrees to waive any contractual or other

confidentiality rights and obligations associated with these contracts.

Page 26: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 21

4.8.2. The Authority reserves the right to contact the named customer contact provided by the

Applicant. The named customer contact does not owe the Authority any duty of care or have

any legal liability, except for any deceitful or maliciously false statements of fact.

4.8.3. The Authority confirms that it will keep confidential and will not disclose to any third parties

information obtained from a named customer contact, other than to the Crown Commercial

Service and/or contracting authorities defined by the Public Contracts Regulations 2015 (as

amended).

4.8.4. Please do not state “confidential” or “please contact prior to contacting this referee”; the

Authority has the right to make such enquiries as necessary in connection with this

procurement. Failure to observe this requirement may lead to elimination from the procurement.

5. Sub-Contracting & Consortia

5.1. Overview of Sub-contracting & Consortia

5.1.1. The Authority is keen to ensure that the Procurement is open to a wide market. The resources,

range and depth of skills needed to deliver the Framework Agreement are such that

small/medium sized organisations may wish to collaborate with others to form a consortium,

with a special purpose vehicle ultimately contracting with the Authority, or alternatively may wish

to enter into sub-contracting arrangements to deliver certain aspects of the Framework

Agreement.

5.1.2. Where a number of organisations participate in Procurement together, the Lead Applicant must

set out clearly the specific role of each of the organisations involved. For example, it is important

that the Lead Applicant sets out whether they intend to be evaluated as a group of equity

partners or as a prime contractor with sub-contractors.

5.1.3. Whilst expressions of interest may be submitted by a single bidder or a Lead Applicant (on

behalf of itself and the Relevant Organisations), the Authority reserves the right to require

groupings of contractors to take a particular legal form or to require a single contractor to take

primary liability or to require that each party undertakes joint and several liabilities.

5.1.4. A Lead Applicant or a consortium may rely on the capacities of other entities or members in the

consortium, regardless of the legal nature of the link between the Applicant and consortium and

the other entities. Where required, the Applicant or the consortium shall be required to prove to

the Authority that the resources necessary to perform the contract will be available and the

Authority may, in particular, require the Applicant to provide an undertaking from the other

entities to that effect.

Page 27: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 22

5.1.5. Organisations may participate in this Procurement under a sub-contracting arrangement, a

consortium arrangement or as a single bidding entity. However, in the interest of conducting an

open and fair Procurement and in order to safeguard against potential collusive practices,

organisations are not permitted to feature in more than one SQ submission. For example:-

- an organisation may not act as sub-contractors to more than one Prime Contractor;

- an organisation bidding as a single entity may not also participate in a Consortium.

5.2. Sub-contracting Arrangements

5.2.1. Where a sub-contracting approach is proposed, all information requested should be given in

respect of the Lead Applicant (being the prime contractor) unless indicated otherwise.

5.2.2. Where sub-contractors will play a significant role in the delivery of the services or works under

the Framework Agreement or any ensuing call-off contract, please indicate in a separate annex

(by inserting the relevant company/organisation name) the composition of the supply chain,

indicating which member of the supply chain will be responsible for the elements of the

requirement.

5.2.3. Where the Applicants proposes to use one or more subcontractors to deliver some or all of the

contract requirements, a separate Appendix should be used to provide details of the proposed

bidding model that includes members of the supply chain, the percentage of works being

delivered by each subcontractor and the key contract deliverables each subcontractor will be

responsible for.

5.2.4. The Authority recognises that arrangements in relation to subcontracting may be subject to

future change, and may not be finalised until a later date. However, Applicants should be aware

that where information provided to the Authority indicates that subcontractors are to play a

significant role in delivering key contract requirement, any changes to those subcontracting

arrangements may affect the ability of the Applicant to proceeed with the procurement process

or to provide the Applicant and/or services required. Applicants should therefore notify the

Authority immediately of any change in the proposed subcontractor arrangements. The

Authority reserves the right to deselect Applicants prior to any award of the Framework

Agreement, based on an assessment of the updated information.

5.3. Consortia Arrangements

5.3.1. Where organisations intend to act jointly in seeking to be awarded the Framework Agreement

(such as in a consortium bid), the participating organisations must identify one Lead Applicant

who will be responsible for the overall preparation and submission of the SQ on behalf of the

Consortium and for addressing the Authority’s questions.

Page 28: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 23

5.3.2. If the Applicant is a consortium, the following information must be provided:-

- names of all consortium members;

- the lead member of the consortium who will be contractually responsible for delivery of the

contracts called off under the Framework (if a separate legal entity is not being created);

and

- if the consortium is not proposing for form a legal entity, full details of proposed

arrangements within a separate Appendix.

5.3.3. The Authority may require members of the consortium to assume a specific legal form if

awarded the Framework Agreement, to the extent that it is necessary for the satisfactory

performance of the Framework.

5.3.4. All members of the consortium will be required to provide the information requested in all

sections of the SQ as part of a single composite response to the Authority, for example each

member of the consortium is required to complete the form.

5.3.5. Where the Applicants are proposing to create a separate legal entity, such as a Special Purpose

Vehicle (SPV), they should provide details of the actual or proposed percentage shareholding of

the constituent members within the new legal entity in a separate Appendix.

5.3.6. The Authority recognises that arrangements in relation to a consortium bid may be subject to

future change. Applicants should therefore respond on the basis of the arrangements as

currently envisaged. Applicants are reminded that the Authority must be immediately notified of

any changes, or proposed changes, in relation to the bidding model so that a future assessment

can be carried out by applying the selection criteria to the new information provided. The

Authority reserves the right to deselect the Authority prior to any award of the Framework

Agreement, based on an assessment of the updated information.

5.4. Changes to Sub-contracting & Consortia Arrangements

5.4.1. The Authority recognises that arrangements in relation to subcontracting and consortia may be

subject to future changes and any updates to the bidding model should be provided to the

Authority so that further assessment can be carried out (by applying the selection criteria to the

new information provided). The Authority reserves the right to deselect the Applicant prior to any

award of the Framework Agreement, based on an assessment of the updated information.

5.4.2. In the event that an Applicant proposes a change in the membership of its arrangement

following the submission of its SQ response, the Lead Applicant must immediately inform the

Authority of such change. This will allow the Authority to undertake an assessment of the

Applicant’s continuing eligibility, economic and financial standing and technical ability (as

relevant) and (where any change is proposed following selection of Applicants to be invited to

Page 29: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 24

tender) the impact (if any) on the selection and/or evaluation process. The Authority reserves

the right to refuse to consider or consent to changes in consortia and/or sub-contracting

arrangements.

Page 30: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 25

6. The Assessment Process

6.1. Introduction

6.1.1. Applicants’ responses will be evaluated on the following basis:-

Self-Declaration – In accordance with Part 2: Exclusion Grounds of Appendix A – Selection Questionnaire, Applicants’ responses will be checked and verified for

completeness. Any self-declaration so as to cause the Authority concern will be verified

with the Applicant. Any negative finding arising from such verification may lead to the

Applicant being disqualified;

Pass/Fail – Some questions contained in Part 3: Selection Questions of Appendix A – Selection Questionnaire are assessed on a “Pass/Fail” basis. Any Applicant must

achieve a “Pass” against all of the “Pass/Fail” criteria. Any Applicant receiving a “Fail”

against any of the “Pass/Fail” criteria will be disqualified;

Scored Assessment – Questions which carry a “weighting” will be scored against the

stated criteria.

6.1.2. Responses to the SQ will be undertaken in the following order:-

- All information supplied by Applicants in response to Parts 1&2 of the SQ will be checked

for completeness and compliance with the requirements of this SQ before responses are

evaluated;

- All information supplied by Applicants in response to Part 3 of the SQ Responses will firstly

be evaluated against the “Pass/Fail” Criteria, where Applicants are required to provide

information and/or responses that must achieve a “Pass” to ensure that further evaluation is

undertaken. Where information requested is not provided – then the SQ will be deemed as

incomplete and may not be further assessed. Responses will then be assessed against the

Scored Criteria, where Applicants will be assessed based on their response to the

“Selection Question”.

6.1.3. The following sections set out in more detail, how the Applicant’s response to the SQ will be

assessed.

6.2. Self-Declaration

6.2.1. Responses will be considered in as far as they relate to the circumstances set out in Regulation

57 of the Public Contracts Regulations 2015 (as amended) and/or as verification of any answers

provided in relation to other questions as part of this SQ.

Page 31: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 26

6.2.2. Applicants must keep the Authority notified of any material change (or foreseeable potential

change) to their standing which may affect the answers given in this SQ. The Authority

reserves the right to check information provided and exclude Applicants if the information

provided within their SQ submission cannot be positively verified. The Authority reserves the

right to review the financial assessment of an Applicant during the tender process to ensure the

Applicant’s financial viability and stability has not changed since the SQ assessment.

6.2.3. Please note if any of the information provided in response to this SQ changes at any

subsequent stage in the Procurement process, the Applicant is required to notify the Authority

immediately in writing. In the case of a sub-contracting arrangement it is the responsibility of the

Lead Applicant to notify the Authority.

6.3. Pass/Fail Test

6.3.1. SQ responses will then be assessed to ascertain whether they pass the relevant “pass/fail”

criteria. Applicants who fail to achieve a “pass” against any of the criteria set out above will be

disqualified and their SQ will not be considered further.

6.3.2. The “Pass/Fail” questions in Part 3: Selection Questions of the SQ are set out in the table

below:-

Question Reference

Section Title

4.1-4.4 See Appendix C – Financial Evaluation where evaluation guidance is provided.

7.1-7.2 See Appendix B – Selection Questionnaire where evaluation guidance is provided.

8.1 Insurances

8.4 Health & Safety

8.5 Required Trade Associations

8.6 Quality & Environmental Management

8.7 Compliance with Equality Legislation

8.8 Environmental Management

Page 32: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 27

6.4. Scored Assessment

6.4.1. Applicants who achieve a “pass” against all of the “Pass/ Fail” criteria will then be scored in

accordance with the weightings and specific scorings as indicated in the SQ. Below is a

summary of key weightings for each section:-

Question Reference

Section Title Weighting

6.1 – Relevant Experience & Contract Examples

6.1 (i) Relevant Experience and Contract Examples (Case Study #1) 12.50%

6.1 (ii) Relevant Experience and Contract Examples (Case Study #2) 12.50%

6.1 (iii) Relevant Experience and Contract Examples (Case Study #3) 12.50%

Sub-Total 37.50%

6.2 – 6.6 Themes

6.2 Theme 1: Quality and End User Satisfaction 12.50%

6.3 Theme 2: Value & Efficiency 12.50%

6.4 Theme 3: Social value 12.50%

6.5 Theme 4: Innovation & Technology 12.50%

6.6 Theme 5: Project Delivery 12.50%

Sub-Total 62.50%

TOTAL 100.00%

6.4.2. Responses will be reviewed by “Evaluation Team” comprising of representatives of the Authority

and their technical advisers. Each scored question will be marked out of 5; the assessment

criteria is set out for each “Selection Question” in the SQ, where guidance is provided under the

heading “Evaluation Criteria”. Each score out of 5 is converted to give the Applicant’s

percentage mark for the particular question. So, if for example an Applicant gets a score of 3

out of 5 for question 6.2, its percentage score for that question will be 7.5% (i.e. 3/5 x 12.5% =

7.5%).

6.5. Minimum Turnover Requirements

6.5.1. The Authority has set a minimum requirement for participation and subsequent award of a

contract, based on the financial capacity of the Applicant. The minimum turnover requirements

are based on Cabinet Office guidance which requires that if a Tenderer is successful that the

Contract should not dominate an organisation’s overall business activity. The Authority sets out

below its minimum turnover requirements for each lot.

Page 33: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 28

Lot Description Min Annual Turnover (£)

1 Lot 1 – Architecture (London) £1m

2 Lot 2 – Architecture (East & South East) £1m

3 Lot 3 – Architecture (West & South West) £1m

4 Lot 4 – Architecture (Isle of Wight) £0.75m

5 Lot 5 – Employer’s Agent (London) £1m

6 Lot 6 – Employer’s Agent (East & South East) £1m

7 Lot 7 – Employer’s Agent (West & South West) £1m

8 Lot 8 – Employer’s Agent (Isle of Wight) £0.75m

9 Lot 9 – Civil & Structural Engineering (All Regions) £1m

10 Lot 10 – Building Services Engineering (All Regions) £1m

11 Lot 11 – Principal Designer (All Regions) £1m

6.5.2. As set out in 2. Project Background, the Authority permits Applicants to bid for one or more lots.

Where a Tenderer may be successful on more than one lot, then it will need to be able to

demonstrate to the Authority at the time of mini-competition, that it has the relevant financial and

economic capacity to undertake the required work. The Authority will apply the following

calculation to determine eligibility during mini-competition:-

Annual Turnover* of Framework Operator shall be not less than twice the estimated

Project (Fee) Value. i.e. If the Project Value is £500k, then the Framework Operator

must have a minimum turnover of £1m to be included within the mini-competition.

6.5.3. Applicants are referred to Appendix C – Financial Evaluation for further guidance and how to

calculate the minimum threshold and to determine eligibility to compete.

6.5.4. Applicants who DO NOT meet the minimum turnover requirements for a particular Lot should

NOT apply for the Lot in question.

6.6. Minimum Threshold Score

6.6.1. To ensure that the Authority selects Applicants that have the required financial, economic and

technical capacity to undertake the works and services required under the Framework

Agreement, a minimum score of 60% has been set by the Authority in relation to the scored

assessment set out at 6.4 Scored Assessment, Applicants who have achieved a “Pass” in

relation to the Pass/Fail tests at 6.3 Pass/Fail Test but fail to achieve a minimum score of 60%

for the Scored Assessment will be disqualified.

Page 34: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 29

6.7. Shortlisting

6.7.1. The Authority intends to shortlist 10 (ten) Applicants for each Lot only4. Only the top 10 (ten)

scoring Applicants (out of those that pass all the “Pass/Fail” criteria and meet the minimum

threshold score) will be shortlisted to tender. The Authority reserves the right to take through

less than the envisaged number of 10 Applicants in the event that insufficient Applicants meet

the minimum threshold score.

6.7.2. In the event of an absolute5 tie for 10th place, the Authority will take through all Applicants

finishing in 10th place.

7. Other Matters

7.1. Contract Award Criteria

7.1.1. Full details of the award criteria applying to this Procurement, associated weightings and

evaluation methodology are set out in the Procurement Documents including the ITT. The

Authority will assess the tenders received against the disclosed award criteria.

7.2. Disclaimer, Confidentiality & Related Matters

7.2.1. This SQ has been prepared by the Authority for the purpose of providing an application

procedure for Applicants interested in tendering for an award of contract for a place on the

Framework.

7.2.2. By receiving this SQ, the Applicant agrees to keep confidential the information contained in the

documents or made available in connection with any further enquiries. The SQ may be made

available to the Applicants’ employees and professional advisors directly involved in the

appraisal of such information and the preparation of any tender related submissions to the

Authority. The SQ shall not, either in whole or part, be copied, reproduced, distributed or

otherwise made available to any other party in any circumstances without the prior written

consent of the Authority, nor may it be used for any other purpose than that for which it is

intended.

7.2.3. This SQ is intended only as a preliminary background explanation of the Authority’s activities

and is not intended to form the basis of any decision on whether to enter into any contractual

relationship with the Authority. This SQ does not purport to be all-inclusive, or to contain all of

the information that a prospective Tenderer may require.

4 Except Lots 4 & 8 whereby an envisaged number of 6 Applicants will be shortlisted 5 Where the technical scores are exactly the same to within 2 decimal places.

Page 35: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 30

7.2.4. None of the Authority, its technical, financial or legal advisors or any other advisor (or the

directors, officers, members, partners, employees, staff, agents or advisors of any such

person):-

- Makes any representation or warranty (express or implied) as to the accuracy,

reasonableness or completeness of this SQ. Any persons considering making a decision to

enter into contractual relationships with the Authority following receipt of this SQ should

make their own investigations and their own independent assessment of the Authority and

its requirements for services associated with the project and should seek their own

professional technical, financial and legal advice;

- Accepts any responsibility for the information contained in this SQ or for its fairness,

accuracy or completeness. Nor shall any of them be liable for any loss or damage arising as

a result of reliance on such information or any subsequent communication. Only the

express terms of any written Contract relating to the subject matter of this SQ, as and when

it is executed, shall have any contractual effect in connection with the matters to which it

relates;

- Will be liable for any costs incurred by any Applicants responding to the SQ or any

subsequent tender documents, whether incurred by them directly or their advisors or sub-

contractors.

7.2.5. The Authority will not reimburse any costs incurred by Applicants in connection with its

participation in this Procurement. The publication of this SQ in no way commits the Authority to

award any Contract pursuant to any Procurement for this Contract.

7.3. Assessment of Provider’s Suitability

7.3.1. The objective of the qualification process is to assess the responses to the SQ and select

Applicants to proceed to the next stage of the procurement.

7.3.2. The Authority may disqualify any Applicant who fails to:

(i) Comply with the requirements of Regulation 57 of the Public Contracts Regulations

2015 (as amended) and/or fails to certify in the “Declaration” that they have fulfilled

these requirements.

(ii) Provide a satisfactory response to any questions in the SQ or inadequately or

incorrectly complete any question.

(iii) Submit their completed response to the SQ by the deadline.

7.3.3. Applicants who comply with the above requirements shall be evaluated taking into account the

information requested in this document which includes the economic and financial standing and

Page 36: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: SQ10287-2 Consultant F'Work RevB.docx Page 31

the technical or professional ability of the Applicant and will be in accordance with Regulation 57

of the Public Contracts Regulations 2015 (as amended).

7.3.4. The Authority may seek independent financial and market advice to validate information

declared or to assist in the evaluation. The Authority reserves the right to conduct site visits; ask

for demonstrations; and/or presentations as part of the SQ and subsequent tender process.

7.3.5. The Authority may reapply the selection criteria used in assessing responses to this SQ at any

time during the procurement process subject to the provisions of the Public Contracts

Regulations 2015 (as amended).

Page 37: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Appendix A Overview of Procurement Process

Page 38: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Appendix AOverview of Restricted Procedure

OJEU Notice

Selection Questionnaire

(SQ)

Select Tenderers (By Lot/Package)

De-BriefReceive SQ Responses

Prepare Invitation to Tender (ITT)

Selection Stage

Respond to Invitation to Tender

Select Preferred Tenderers Evaluation of Tender Response

1. Selection Stage 2. Tender Stage

OJEU - Official Journal of the European UnionSQ - Selection QuestionnaireITT - Invitation to Tender

KEY

De-Brief Unsuccessful Tenderers

Due Diligence

Appoint Framework Operators (By Lot)Contract Award

Contract Signature

3. Contract Award Stage

Undertake Call-Off Competition/Direct Award

Execute “Call-Off” Contract

4. Mobilisation

Prepare Tender Brief (From Project Template Documents)

Interviews/Presentations (Optional)

Clarifications & Further EvaluationEvaluation of SQ Responses

Page 39: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Appendix B Selection Questionnaire

Page 40: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 1

Part 1: Potential Supplier Information Please answer the following questions in full. Note that every organisation that is being relied on to meet the selection must complete and submit the Part 1 and Part 2 self-declaration.

This section is for information only and will not be scored. Is the Tenderer relying on an ESPD document to answer this Part 1? If "yes", the ESPD1 should be submitted as part of this submission. If "no", the Tenderer should complete the rest of this part.

Yes: No:

Section 1 Potential supplier information

Question number

Question Response

1.1(a) Full name of the potential supplier submitting the information

1.1(b) – (i) Registered office address (if applicable)

1.1(b) – (ii) Registered website address (if applicable)

1.1(c) Trading status

a) public limited company b) limited company c) limited liability partnership d) other partnership e) sole trader f) third sector g) other (please specify your trading

status)

1.1(d) Date of registration in country of origin

1.1(e) Company registration number (if applicable)

1.1(f) Charity registration number (if applicable)

1.1(g) Head office DUNS number (if applicable)

1.1(h) Registered VAT number

1.1(i) - (i) If applicable, is your organisation registered with the appropriate professional or trade register(s) in the member state where it is established?

Yes ☐

No ☐

N/A ☐

1 See https://ec.europa.eu/growth/single-market/public-procurement/e-procurement/espd_en

Page 41: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 2

Question number

Question Response

1.1(i) - (ii) If you responded yes to 1.1(i) - (i), please provide the relevant details, including the registration number(s).

1.1(j) - (i) Is it a legal requirement in the state where you are established for you to possess a particular authorisation, or be a member of a particular organisation in order to provide the services specified in this procurement?

Yes ☐

No ☐

1.1(j) - (ii) If you responded yes to 1.1(j) - (i), please provide additional details of what is required and confirmation that you have complied with this.

1.1(k) Trading name(s) that will be used if successful in this procurement

1.1(l) Relevant classifications (state whether you fall within one of these, and if so which one)

a) Voluntary Community Social Enterprise (VCSE)

b) Sheltered Workshop c) Public service mutual

1.1(m) Are you a Small, Medium or Micro Enterprise (SME)2?

Yes ☐

No ☐

1.1(n) Details of Persons of Significant Control (PSC), where appropriate:3

- Name;

- Date of birth;

- Nationality;

- Country, state or part of the UK where the PSC usually lives;

- Service address;

- The date he or she became a PSC in relation to the company (for existing companies the 6 April 2016 should be used);

2 See EU definition of SME https://ec.europa.eu/growth/smes/business-friendly-environment/sme-definition_en 3 UK companies, Societates European (SEs) and limited liability partnerships (LLPs) will be required to identify and record the people who own or control their company. Companies, SEs and LLPs will need to keep a PSC register, and must file the PSC information with the central public register at Companies House. See PSC guidance.

Page 42: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 3

Question number

Question Response

- Which conditions for being a PSC are met;

- Over 25% up to (and including) 50%,

More than 50% and less than 75%,

- 75% or more. 4

(Please enter N/A if not applicable)

1.1(o) Details of immediate parent company:

- Full name of the immediate parent company

- Registered office address (if applicable)

- Registration number (if applicable)

- Head office DUNS number (if applicable)

- Head office VAT number (if applicable)

(Please enter N/A if not applicable)

1.1(p) Details of ultimate parent company:

- Full name of the ultimate parent company

- Registered office address (if applicable)

- Registration number (if applicable)

- Head office DUNS number (if applicable)

- Head office VAT number (if applicable)

(Please enter N/A if not applicable)

Please note: A criminal record check for relevant convictions may be undertaken for the preferred suppliers and the persons of significant in control of them.

4 Central Government contracting authorities should use this information to have the PSC information for the preferred supplier checked before award.

Page 43: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 4

Please provide the following information about your approach to this procurement:

Section 1 Bidding model

Question number

Question Response

1.2(a) - (i) Are you bidding as the lead contact for a group of economic operators?

Yes ☐

No ☐

If yes, please provide details listed in questions 1.2(a) (ii), (a) (iii) and to 1.2(b) (i), (b) (ii), 1.3, Section 2 and 3.

If no, and you are a supporting bidder please provide the name of your group at 1.2(a) (ii) for reference purposes, and complete 1.3, Section 2 and 3.

1.2(a) - (ii) Name of group of economic operators (if applicable)

1.2(a) - (iii) Proposed legal structure if the group of economic operators intends to form a named single legal entity prior to signing a contract, if awarded. If you do not propose to form a single legal entity, please explain the legal structure.

1.2(b) - (i) Are you or, if applicable, the group of economic operators proposing to use sub-contractors?

Yes ☐

No ☐

1.2(b) - (ii) If you responded yes to 1.2(b)-(i) please provide additional details for each sub-contractor in the following table: we may ask them to complete this form as well.

Name

Registered address

Trading status

Company registration number

Head Office DUNS number (if applicable)

Page 44: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 5

Question number

Question Response

Registered VAT number

Type of organisation

SME (Yes/No)

The role each sub-contractor will take in providing the works and /or supplies e.g. key deliverables

The approximate % of contractual obligations assigned to each sub-contractor

Page 45: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 6

Contact details and declaration This section is not scored but must be completed. An unsigned declaration will result in disqualification from this procurement process and your tender will not be evaluated further.

• I declare that to the best of my knowledge the answers submitted and information

contained in this document are correct and accurate.

• I declare that, upon request and without delay I will provide the certificates or documentary evidence referred to in this document.

• I understand that the information will be used in the selection process to assess my organisation’s suitability to be invited to participate further in this procurement.

• I understand that the authority may reject this submission in its entirety if there is a failure to answer all the relevant questions fully, or if false/misleading information or content is provided in any section.

• I am aware of the consequences of serious misrepresentation.

Section 1 Contact details and declaration

Question number

Question Response

1.3(a) Contact name

1.3(b) Name of organisation

1.3(c) Role in organisation

1.3(d) Phone number

1.3(e) E-mail address

1.3(f) Postal address

1.3(g) Signature (electronic is acceptable)

1.3(h) Date

Page 46: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 7

Part 2: Exclusion Grounds Please answer the following questions in full. Note that every organisation that is being relied on to meet the selection must complete and submit the Part 1 and Part 2 self-declaration.

The following question is scored on a pass/fail basis. Answering "Yes" to any of the questions at 2.1(a) or 2.3(a) and with no/insufficient evidence to demonstrate the reliability of the Tenderer, will exclude you from this process.

A Tenderer will "pass" this section where:

i. It answers "no" to every question at 2.1(a) and 2.3(a); or

ii. Where a Tenderer answers "yes" to any aspect of 2.1(a) and/or 2.3(a), the Authority may in its absolute discretion may determine that the Tenderer has demonstrated that it has taken sufficient "self-cleaning" measures to demonstrate its reliability despite the existence of a ground for exclusion; or

iii. Where a Tenderer answers "yes" to 2.3(a), if a Tenderer has not paid or entered into a binding arrangement to pay the full amount, the Tenderer may still avoid exclusion if only minor tax or social security contributions are unpaid or if a Tenderer has not yet had time to fulfil its obligations since learning of the exact amount due.

If a Tenderer has answered "yes" to 2.1(a) or 2.3(a), please provide full details and evidence of "self-cleaning" measures undertaken by the Tenderer, using the template for Additional or Supplementary Information.

Is the Tenderer relying on an ESPD document to answer this Part 1? If "yes", the ESPD should be submitted to the Authority as part of this submission. If "no", the bidder should complete the rest of this part. Yes: No:

Section 2 Grounds for mandatory exclusion

Question number

Question Response

2.1(a) Regulations 57(1) and (2) The detailed grounds for mandatory exclusion of an organisation are set out on this webpage, which should be referred to before completing these questions.

Please indicate if, within the past five years you, your organisation or any other person who has powers of representation, decision or control in the organisation been convicted anywhere in the world of any of the offences within the summary below and listed on the webpage.

Participation in a criminal organisation.

Yes ☐

No ☐

If Yes please provide details at 2.1(b)

Page 47: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 8

Question number

Question Response

Corruption. Yes ☐

No ☐

If Yes please provide details at 2.1(b)

Fraud. Yes ☐

No ☐

If Yes please provide details at 2.1(b)

Terrorist offences or offences linked to terrorist activities

Yes ☐

No ☐

If Yes please provide details at 2.1(b)

Money laundering or terrorist financing

Yes ☐

No ☐

If Yes please provide details at 2.1(b)

Child labour and other forms of trafficking in human beings

Yes ☐

No ☐

If Yes please provide details at 2.1(b)

2.1(b) If you have answered yes to question 2.1(a), please provide further details.

Date of conviction, specify which of the grounds listed the conviction was for, and the reasons for conviction,

Identity of who has been convicted

If the relevant documentation is available electronically please provide the web address, issuing authority, precise reference of the documents.

2.2 If you have answered Yes to any of the points above have measures been taken to demonstrate the reliability of the organisation despite the existence of a relevant ground for exclusion ? (Self Cleaning)

Yes ☐

No ☐

2.3(a) Regulation 57(3) Has it been established, for your organisation by a judicial or administrative decision having final

Yes ☐

No ☐

Page 48: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 9

Question number

Question Response

and binding effect in accordance with the legal provisions of any part of the United Kingdom or the legal provisions of the country in which the organisation is established (if outside the UK), that the organisation is in breach of obligations related to the payment of tax or social security contributions?

2.3(b) If you have answered yes to question 2.3(a), please provide further details. Please also confirm you have paid, or have entered into a binding arrangement with a view to paying, the outstanding sum including where applicable any accrued interest and/or fines.

Please Note: The authority reserves the right to use its discretion to exclude a potential supplier where it can demonstrate by any appropriate means that the potential supplier is in breach of its obligations relating to the non-payment of taxes or social security contributions.

Section 3 Grounds for discretionary exclusion

Question Response

3.1 Regulation 57 (8) The detailed grounds for discretionary exclusion of an organisation are set out on this webpage, which should be referred to before completing these questions.

Please indicate if, within the past three years, anywhere in the world any of the following situations have applied to you, your organisation or any other person who has powers of representation, decision or control in the organisation.

3.1(a)

Breach of environmental obligations? Yes ☐

No ☐

If yes please provide details at 3.2

3.1 (b) Breach of social obligations? Yes ☐

No ☐

If yes please provide details at 3.2

Page 49: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 10

Question Response

3.1 (c) Breach of labour law obligations? Yes ☐

No ☐

If yes please provide details at 3.2

3.1(d) Bankrupt or is the subject of insolvency or winding-up proceedings, where the organisation’s assets are being administered by a liquidator or by the court, where it is in an arrangement with creditors, where its business activities are suspended or it is in any analogous situation arising from a similar procedure under the laws and regulations of any State?

Yes ☐

No ☐

If yes please provide details at 3.2

3.1(e) Guilty of grave professional misconduct?

Yes ☐

No ☐

If yes please provide details at 3.2

3.1(f) Entered into agreements with other economic operators aimed at distorting competition?

Yes ☐

No ☐

If yes please provide details at 3.2

3.1(g) Aware of any conflict of interest within the meaning of regulation 24 due to the participation in the procurement procedure?

Yes ☐

No ☐

If yes please provide details at 3.2

3.1(h) Been involved in the preparation of the procurement procedure?

Yes ☐

No ☐

If yes please provide details at 3.2

3.1(i) Shown significant or persistent deficiencies in the performance of a substantive requirement under a prior public contract, a prior contract with a contracting entity, or a prior concession contract, which led to early termination of that prior contract, damages or other comparable sanctions?

Yes ☐

No ☐

If yes please provide details at 3.2

3.1(j)

3.1(j) - (i)

Please answer the following statements

The organisation is guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for

Yes ☐

No ☐

Page 50: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 11

Question Response

3.1(j) - (ii)

3.1(j) –(iii)

3.1(j)-(iv)

exclusion or the fulfilment of the selection criteria.

The organisation has withheld such information.

The organisation is not able to submit supporting documents required under regulation 59 of the Public Contracts Regulations 2015.

The organisation has influenced the decision-making process of the contracting authority to obtain confidential information that may confer upon the organisation undue advantages in the procurement procedure, or to negligently provided misleading information that may have a material influence on decisions concerning exclusion, selection or award.

If Yes please provide details at 3.2

Yes ☐

No ☐

If Yes please provide details at 3.2

Yes ☐

No ☐

If Yes please provide details at 3.2

Yes ☐

No ☐

If Yes please provide details at 3.2

3.2 If you have answered Yes to any of the above, explain what measures been taken to demonstrate the reliability of the organisation despite the existence of a relevant ground for exclusion? (Self Cleaning)

Page 51: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 12

Part 3: Selection Questions Suppliers who self-certify that they meet the requirements to these additional questions will be required to provide evidence of this if they are successful at contract award stage.

This section will be assessed on a pass/fail basis. A Tenderer will “Pass” this Part 4 where:

i. it answers “yes” to any of questions 4.1, (a), (b) or(c); and

ii. it answers "yes" to question 4.2 and it has demonstrated that it meets the stated requirements

Section 4 Economic and Financial Standing

Question Response

4.1 Are you able to provide a copy of your audited accounts for the last two years, if requested?

If no, can you provide one of the following: answer with Y/N in the relevant box.

Yes ☐

No ☐

(a) A statement of the turnover, Profit and Loss Account/Income Statement, Balance Sheet/Statement of Financial Position and Statement of Cash Flow for the most recent year of trading for this organisation.

Yes ☐

No ☐

(b) A statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position.

Yes ☐

No ☐

(c) Alternative means of demonstrating financial status if any of the above are not available (e.g. forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status).

Yes ☐

No ☐

4.2 Where we have specified a minimum level of economic and financial standing and/ or a minimum financial threshold within the evaluation criteria for this procurement, please self-certify by answering ‘Yes’ or ‘No’ that you meet the requirements set out.

Please refer to excel document [App C – Financial Evaluation] which sets out the financial requirements of this procurement, complete this excel document and upload to delta

Yes ☐

No ☐

Page 52: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 13

Section 5 If you have indicated in the Selection Questionnaire question 1.2 that you are part of a wider group, please provide further details below:

Name of organisation

Relationship to the Supplier completing these questions

5.1 Are you able to provide parent company accounts if requested to at a later stage?

Yes ☐

No ☐

5.2 If yes, would the parent company be willing to provide a guarantee if necessary?

Yes ☐

No ☐

5.3 If no, would you be able to obtain a guarantee elsewhere (e.g. from a bank)?

Yes ☐

No ☐

Evaluation Criteria

This is “For Information Only”. However, Applicants should note that the Authority may require a Tenderer to provide a guarantee in connection with a call-off contract following a competitive procedure conducted under the Framework. If a Tenderer is unable to meet the Authority’s requirements at the time of the competition, they will be excluded from competing.

Guidance for completion of Section 6 only Applicants are required to provide separate responses to the questions contained in section 6 Technical and Professional Ability (Questions 6.1-6.6 inclusive) for the following grouping of Lots:-

Grouping #1: Lots 1-4

Grouping #2: Lots 5-8

Grouping #3: Lot 9

Grouping #4: Lot 10

Grouping #5: Lot 11

The groupings are based on the specific consultant discipline being procured under a lot, i.e. Grouping #1 is for “Architects”, Grouping #2 is for “Employer’s Agent”, Grouping #3 is for “Civil & Structural Engineers, Grouping #4 for “Building Services Engineers” and Grouping #5 for “Principal Designers”.

Applicants may bid for one or more lots in any combination. However, Applicants bidding for lots within different “Groupings” will be required to submit separate responses for each Grouping. Applicants bidding for more than one lot in Grouping #1 or Grouping #2 are only required to provide one response per Grouping.

Applicants should note that the scores allocated against a response within a grouping will apply to all Lots within that grouping that an Applicant applies for.

Page 53: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 14

Example 1

An Applicant applies for Lots 1 & 3. Under this situation, the Applicant is required to provide one response only. The scores obtained for Lot 1 will be carried forward to the scores for Lot 3.

Example 2

An Applicant applies for Lot 5 and Lot 11. Under this situation, the Applicant is required to submit separate responses, one for Lot 5 and one for Lot 11.

Section 6 Technical and Professional Ability

6.1 Relevant experience and contract examples (Case Studies)

Please provide details of three contracts, in any combination from either the public or private sector, that are relevant to the Authority’s requirements. Contracts for supplies or services should have been performed during the past three years. Works contracts may be from the past five years, and VCSEs may include samples of grant funded work.

The named customer contact provided should be prepared to provide written evidence to the Authority to confirm the accuracy of the information provided below.

Consortia bids should provide relevant examples of where the consortium has delivered similar requirements; if this is not possible (e.g. the consortium is newly formed or a Special Purpose Vehicle will be created for this contract) then three separate examples should be provided between the principal member(s) of the proposed consortium or Special Purpose Vehicle (three examples are not required from each member).

Where the Supplier is a Special Purpose Vehicle, or a managing agent not intending to be the main provider of the supplies or services, the information requested should be provided in respect of the principal intended provider(s) or sub-contractor(s) who will deliver the supplies and services.

The authority may assess the past performance of a Supplier (through a Certificate of Performance provided by a Customer or other means of evidence). The authority may take into account any failure to discharge obligations under the previous principal relevant contracts of the Supplier completing this PQQ. The Authority will also assess whether specified minimum standards for reliability for such contracts are met (i.e. ability to deliver a service of this nature effectively).

In addition, the authority may re-assess reliability based on past performance at key stages in the procurement process (i.e. supplier selection, tender evaluation, contract award stage etc.). Suppliers may also be asked to update the evidence they provide in this section to reflect more recent performance on new or existing contracts (or to confirm that nothing has changed).

Please provide your case study as a separate document, providing a brief description of the contract delivered including evidence as to your technical capability in this market which fully sets out:-

a) Brief description of the project (including value);

b) Details of the “Services” provided;

c) Description of the key challenges on the project and how, in your role (relevant to the lot to which you are applying for) they were approached/managed;

d) Any innovation that delivered benefits/value to the client and end user.

(Up to 2 Pages of A4 per Case Study, font size: 10; font type: Arial or Helvetica; line spacing: 1.5)

Contract 1 Contract 2 Contract 3

Page 54: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 15

Section 6 Technical and Professional Ability

Name of customer organisation

Point of contact in the organisation

Position in the organisation

E-mail address

Description of contract

Contract Start date

Contract completion date

Estimated contract value

Evaluation Criteria

Each case study will be scored in accordance with the following 0 to 5 scoring scale: 5 - Substantial evidence of previous relevant experience 4 - Evidence of previous relevant experience that slightly exceeds the requirements 3 - Generally provides evidence of previous relevant experience 2 - Partial evidence of previous relevant experience 1 - Substantially fails to provide previous relevant experience 0 - Does not meet respond or fails to provide evidence

Evaluation Weighting

12.50% (Case Study #1) 12.50% (Case Study #2) 12.50% (Case Study #3)

6.2 Theme 1: Quality and End User Satisfaction

Based on your previous experience of delivering consultancy services (in respect of the consultant discipline applied for) that are substantially similar to those required by the Authority, please evidence how you have achieved high levels of “End User/Client” satisfaction across multiple tenures. You should set out how, through your involvement in the project and in your specific role, how you achieved high levels of end user/client satisfaction.

(Up to 1.5 Pages of A4, font size: 10; font type: Arial or Helvetica; line spacing: 1.5)

Page 55: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 16

Section 6 Technical and Professional Ability

Evaluation Criteria

5 - Substantial evidence provided of achieving high levels of “End User” satisfaction 4 - Evidence of achieving high levels of “End User” satisfaction that slightly exceeds the requirements 3 - Generally provides evidence of achieving high levels of “End User” satisfaction 2 – Partially provides evidence of high levels of “End User” satisfaction 1 - Substantially fails to provide evidence of achieving high levels of “End User” satisfaction 0 - Does not meet the requirements, fails to respond or to provide supporting evidence

Evaluation Weighting

12.50%

6.3 Theme 2: Value & Efficiency

Please provide 2 (two) examples of initiatives you have employed (in respect of the consultant discipline applied for) that have resulted in realising greater value to the client and/or end user. Your response could include reduced capital expenditure, improved life cycle costs and low running costs for the “End User”.

(Up to 1.5 Pages of A4, font size: 10; font type: Arial or Helvetica; line spacing: 1.5)

Evaluation Criteria

5 - Substantial evidence provided of adding value to projects resulting in benefits to the client and/or end user 4 - Evidence of adding value to projects resulting in benefits to the client and/or end user that slightly exceeds the requirements 3 - Generally provides evidence of adding value to projects resulting in benefits to the client and/or end user 2 - Partially provides evidence of adding value to projects resulting in benefits to the client and/or end user 1 - Substantially fails to provide evidence of adding value to projects resulting in benefits to the client and/or end user 0 - Does not meet the requirements, fails to respond or to provide supporting evidence

Evaluation Weighting

12.50%

6.4 Theme 3: Social Value

Please provide 2 (two) examples where you successfully implemented a “Social Value” initiative on a project substantially similar to those that might be called-off under this Framework. Please set out the following:-

- Description of the initiative and what you did

- How did you know your Social Value initiative was successful and how did you evidence this?

Please refer to Appendix E – SHG Commitment to Social Value for further information to assist you in preparing your response.

(Up to 1 Page of A4, font size: 10; font type: Arial or Helvetica; line spacing: 1.5)

Page 56: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 17

Section 6 Technical and Professional Ability

Evaluation Criteria

5 - Substantial evidence provided of implementing “Social Value” in connection with the construction of new homes 4 - Evidence of implementing “Social Value” in connection with the construction of new homes that slightly exceeds the requirements 3 - Generally provides evidence of implementing “Social Value” in connection with the construction of new homes 2 - Partially provides evidence of implementing “Social Value” in connection with the construction of new homes 1 - Substantially fails to provide evidence of implementing “Social Value” in connection with the construction of new homes 0 - Does not meet the requirements, fails to respond or to provide supporting evidence

Evaluation Weighting

12.50%

6.5 Theme 4: Innovation and Technology

Please provide a statement of evidence regarding your experience (in respect of the consultant discipline applied for) and expertise in delivering projects using Modern Methods of Construction (MMC) and “Smart” technologies that have enhanced the quality of the finished product and enhanced the “End User” experience.

(Up to 1.5 Pages of A4, font size: 10; font type: Arial or Helvetica; line spacing: 1.5)

Evaluation Criteria

5 - Substantial evidence provided of using MMC and Smart Technologies in the construction of new homes 4 - Evidence of using MMC and Smart Technologies in the construction of new homes that slightly exceeds the requirements 3 - Generally provides evidence of using MMC and Smart Technologies in the construction of new homes 2 – Partially provides evidence of using MMC and Smart Technologies in the construction of new homes 1 - Substantially fails to provide evidence of using MMC and Smart Technologies in the construction of new homes 0 - Does not meet the requirements, fails to respond or to provide supporting evidence

Evaluation Weighting

12.50%

6.6 Theme 5: Project Delivery

Please evidence how you ensure that projects are delivered “on time” and “on budget”. What methods do you employ to ensure certainty of time and cost and evidence such successes by reference to relevant examples.

(Up to 1.5 Pages of A4, font size: 10; font type: Arial or Helvetica; line spacing: 1.5)

Page 57: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 18

Section 6 Technical and Professional Ability

Evaluation Criteria

5 - Substantial evidence of delivering projects “on time” and “on budget” 4 - Evidence of delivering projects “on time” and “on budget” that slightly exceeds the requirements 3 - Generally provides evidence of delivering projects “on time” and “on budget” 2 – Partially provides evidence of delivering projects “on time” and “on budget” 1 - Substantially fails to provide evidence of delivering projects “on time” and “on budget” 0 - Does not meet the requirements, fails to respond or to provide supporting evidence

Evaluation Weighting

12.50%

Section 7 Modern Slavery Act 2015: Requirements under Modern Slavery Act 2015

7.1 This question is for information only and will not be scored Are you a relevant commercial organisation as defined by section 54 ("Transparency in supply chains etc.") of the Modern Slavery Act 2015 ("the Act")?

Yes ☐

N/A ☐

7.2 The following question is scored on a pass/fail basis. Pass if you answer "Yes " or "N/A" and Fail if you answer "No". Answering "No" to the following question will exclude you from this process. Answer N/A if not relevant If you have answered yes to question 7.1 are you compliant with the annual reporting requirements contained within Section 54 of the Act 2015?

Yes ☐

Please provide the relevant url

No ☐

Please provide an explanation

Evaluation Criteria

If you answered “Yes” to 7.1 and “No” to 7.2 without a valid explanation then this will result in a “FAIL” and you will not proceed further in this procurement.

Tenderers who self-certify that they meet the requirements to these additional questions will be required to provide evidence of this if they are successful at contract award stage. The following question is scored on a pass/fail basis. Pass if you answer "Yes " and Fail if you answer "No". Answering "No" to the following question will exclude you from this process. Answer N/A if not relevant.

Page 58: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 19

Section 8 Additional Questions

8.1 Insurances

Please self-certify whether you already have, or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

*It is a legal requirement that all companies hold Employer’s (Compulsory) Liability Insurance of £5 million as a minimum. Please note this requirement is not applicable to Sole Traders.

Employer's (Compulsory) Liability Insurance = £10m Yes ☐

No ☐

Public Liability Insurance = £10m Yes ☐

No ☐

Professional Indemnity Insurance = £5m Yes ☐

No ☐

Evaluation Criteria

*It is a legal requirement that all companies hold Employer’s (Compulsory) Liability Insurance of £10 million as a minimum. Please note this requirement is not applicable to Sole Traders. In the event that the insurance levels required are not held, or there is no intention to obtain the required levels, this will constitute a fail.

8.2 Skills and Apprentices5 – (please refer to supplier selection guidance)

a. Public procurement of contracts with a full life value of £10 million and above and duration of 12 months and above should be used to support skills development and delivery of the apprenticeship commitment. This policy is set out in detail in Procurement Policy Note 14/15.

Please confirm if you will be supporting apprenticeships and skills development through this contract.

Yes ☐

No ☐

b. If yes, can you provide at a later stage documentary evidence to support your commitment to developing and investing in skills, development and apprenticeships to build a more skilled and productive workforce and reducing the risks of supply constraints and increasing labour cost inflation?

Yes ☐

No ☐

c. Do you have a process in place to ensure that your supply chain supports skills, development and apprenticeships in line with PPN 14/15 (see guidance) and can provide evidence if requested?

Yes ☐

No ☐

8.3 Suppliers’ Past Performance6 - (please refer to supplier selection guidance - this question should only be included by central government contracting authorities)

5 Procurement Policy Note 14/15– Supporting Apprenticeships and Skills Through Public Procurement 6 Procurement Policy Note 04/15 Taking Account of Suppliers’ Past Performance

Page 59: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 20

Section 8 Additional Questions

a. Can you supply a list of your relevant principal contracts for goods and/or services provided in the last three years?

Yes ☐

No ☐

b. On request can you provide a certificate from those customers on the list?

Yes ☐

No ☐

c. If you cannot obtain a certificate from a customer can you explain the reasons why?

Yes ☐

No ☐

d. If the certificate states that goods and/or services supplied were not satisfactory are you able to supply information which shows why this will not recur in this contract if you are awarded it?

Yes ☐

No ☐

e. Can you supply the information in questions a. to d. above for any sub-contractors [or consortium members] who you are relying upon to perform this contract?

Yes ☐

No ☐

Please self-certify whether you already have, or can commit to obtain, prior to the commencement of the contract, the items set out below. You are referred to guidance relating to self-certification. Failure to disclose correct and up to date information will lead to removal from the process at whichever point it is identified.

8.4 Health & Safety

a. Do you have a compliant Health & Safety policy and procedures relevant to the size of your business?

Yes ☐

No ☐

b. Has your health & safety policy been 'tested' by an SSIP (Safety Schemes In Procurement) body (or equivalent) and has been approved and is currently certified?

Yes ☐

No ☐

b. Has your health & safety policy been 'tested' by an SSIP (Safety Schemes In Procurement) body (or equivalent) and has been approved and is currently certified?

Yes ☐

No ☐

c. Has your organisation or any of its Directors or Executive Officers been in receipt of enforcement/remedial orders in relation to the Health and Safety Executive (or equivalent body) in the last 3 years? If your answer to this question is “Yes”, please provide details in a separate Appendix of any enforcement/ remedial orders served and give details of any remedial action or changes to procedures you have made as a result. The Authority will exclude bidder(s) that have been in receipt of enforcement/remedial action orders unless the bidder(s) can demonstrate to the Authority’s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches

Yes ☐

No ☐

Page 60: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 21

Section 8 Additional Questions

8.5 Required Trade Associations (Membership of Trade Associations)

a. RICS/ACE/RIBA (or equivalent) (edit/delete as appropriate) Yes ☐

No ☐

b. RICS/ACE/RIBA (or equivalent) (edit/delete as appropriate) Yes ☐

No ☐

c. RICS/ACE/RIBA (or equivalent) (edit/delete as appropriate) Yes ☐

No ☐

d. Other [insert] Yes ☐

No ☐

e. Other [insert] Yes ☐

No ☐

8.6 Quality & Environmental Management

a. Accredited to ISO9001 (or equivalent) or can evidence significant progress to accreditation within next 12 months)

Yes ☐

No ☐

b. Accredited to ISO14001 (or equivalent) or can evidence significant progress to accreditation within next 12 months)

Yes ☐

No ☐

Evaluation Criteria

Applicants should respond to all questions above (8.4-8.6). To achieve a "PASS" you must be able to answer "YES" in respect of questions 8.4-8.6 inclusive (excluding 8.4(c)). You may be subsequently asked to provide evidence of your response.

8.7 Compliance with Equality Legislation

a. i) In the last three years, has any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK)?

Yes ☐

No ☐

c. ii) In the last three years, has your organisation had a complaint upheld following an investigation by the Equality and Human Rights Commission or its predecessors (or a comparable body in any jurisdiction other than the UK), on grounds or alleged unlawful discrimination? If you have answered “yes” to one or both of the questions in this module, please provide, as a separate Appendix, a summary of the nature of the investigation and an explanation of the outcome of the investigation to date. If the investigation upheld the complaint against your organisation, please use the Appendix to explain what action (if any) you have taken to prevent unlawful discrimination from reoccurring.

Yes ☐

No ☐

Page 61: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 22

Section 8 Additional Questions

You may be excluded if you are unable to demonstrate to the Authority’s satisfaction that appropriate remedial action has been taken to prevent similar unlawful discrimination reoccurring.

8.8 Environmental Management

a. Has your organisation been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority)? If your answer to this question is “Yes”, please provide details in a separate Appendix of the conviction or notice and details of any remedial action or changes you have made as a result of conviction or notices served. The Authority will not select bidder(s) that have been prosecuted or served notice under environmental legislation in the last 3 years, unless the Authority is satisfied that appropriate remedial action has been taken to prevent future occurrences/breaches.

Yes ☐

No ☐

Page 62: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 1

Annex C Mandatory Exclusion Grounds

Public Contract Regulations 2015 R57(1), (2) and (3) Public Contract Directives 2014/24/EU Article 57(1) Participation in a criminal organisation

Participation offence as defined by section 45 of the Serious Crime Act 2015

Conspiracy within the meaning of

- section 1 or 1A of the Criminal Law Act 1977 or

- article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983

where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime;

Corruption

Corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889 or section 1 of the Prevention of Corruption Act 1906;

The common law offence of bribery;

Bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010, or section 113 of the Representation of the People Act 1983;

Fraud

Any of the following offences, where the offence relates to fraud affecting the European Communities’ financial interests as defined by Article 1 of the convention on the protection of the financial interests of the European Communities:

- the common law offence of cheating the Revenue;

- the common law offence of conspiracy to defraud;

- fraud or theft within the meaning of the Theft Act 1968, the Theft Act (Northern Ireland) 1969, the Theft Act 1978 or the Theft (Northern Ireland) Order 1978;

- fraudulent trading within the meaning of section 458 of the Companies Act 1985, article 451 of the Companies (Northern Ireland) Order 1986 or section 993 of the Companies Act 2006;

- fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979 or section 72 of the Value Added Tax Act 1994;

- an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993;

- destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968 or section 19 of the Theft Act (Northern Ireland) 1969;

- fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006;

Page 63: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 2

- the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act;

Terrorist offences or offences linked to terrorist activities

Any offence:

- listed in section 41 of the Counter Terrorism Act 2008;

- listed in schedule 2 to that Act where the court has determined that there is a terrorist connection;

- under sections 44 to 46 of the Serious Crime Act 2007 which relates to an offence covered by the previous two points;

Money laundering or terrorist financing

Money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002

An offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988 or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996

Child labour and other forms of trafficking human beings

An offence under section 4 of the Asylum and Immigration (Treatment of Claimants etc.) Act 2004;

An offence under section 59A of the Sexual Offences Act 2003

An offence under section 71 of the Coroners and Justice Act 2009;

An offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994

An offence under section 2 or section 4 of the Modern Slavery Act 2015

Non-payment of tax and social security contributions Breach of obligations relating to the payment of taxes or social security contributions that has been established by a judicial or administrative decision.

Where any tax returns submitted on or after 1 October 2012 have been found to be incorrect as a result of:

- HMRC successfully challenging the potential supplier under the General Anti – Abuse Rule (GAAR) or the “Halifax” abuse principle; or

- a tax authority in a jurisdiction in which the potential supplier is established successfully challenging it under any tax rules or legislation that have an effect equivalent or similar to the GAAR or “Halifax” abuse principle;

- a failure to notify, or failure of an avoidance scheme which the supplier is or was involved in, under the Disclosure of Tax Avoidance Scheme rules (DOTAS) or any equivalent or similar regime in a jurisdiction in which the supplier is established

Page 64: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 3

Other offences Any other offence within the meaning of Article 57(1) of the Directive as defined by the law of any jurisdiction outside England, Wales and Northern Ireland

Any other offence within the meaning of Article 57(1) of the Directive created after 26th February 2015 in England, Wales or Northern Ireland

Page 65: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 4

Discretionary exclusions

Obligations in the field of environment, social and labour law. Where an organisation has violated applicable obligations in the fields of environmental, social and labour law established by EU law, national law, collective agreements or by the international environmental, social and labour law provisions listed in Annex X to the Directive (see copy below) as amended from time to time; including the following:-

- Where the organisation or any of its Directors or Executive Officers has been in receipt of enforcement/remedial orders in relation to the Health and Safety Executive (or equivalent body) in the last 3 years.

- In the last three years, where the organisation has had a complaint upheld following an investigation by the Equality and Human Rights Commission or its predecessors (or a comparable body in any jurisdiction other than the UK), on grounds of alleged unlawful discrimination.

- In the last three years, where any finding of unlawful discrimination has been made against the organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or incomparable proceedings in any jurisdiction other than the UK).

- Where the organisation has been in breach of section 15 of the Immigration, Asylum, and Nationality Act 2006;

- Where the organisation has a conviction under section 21 of the Immigration, Asylum, and Nationality Act 2006;

- Where the organisation has been in breach of the National Minimum Wage Act 1998.

Bankruptcy, insolvency Bankrupt or is the subject of insolvency or winding-up proceedings, where the organisation’s assets are being administered by a liquidator or by the court, where it is in an arrangement with creditors, where its business activities are suspended or it is in any analogous situation arising from a similar procedure under the laws and regulations of any State;

Grave professional misconduct Guilty of grave professional misconduct

Distortion of competition Entered into agreements with other economic operators aimed at distorting competition

Conflict of interest Aware of any conflict of interest within the meaning of regulation 24 due to the participation in the procurement procedure

Page 66: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 5

Been involved in the preparation of the procurement procedure. Prior performance issues

Shown significant or persistent deficiencies in the performance of a substantive requirement under a prior public contract, a prior contract with a contracting entity, or a prior concession contract, which led to early termination of that prior contract, damages or other comparable sanctions.

Misrepresentation and undue influence The organisation has influenced the decision-making process of the contracting authority to obtain confidential information that may confer upon the organisation undue advantages in the procurement procedure, or to negligently provided misleading information that may have a material influence on decisions concerning exclusion, selection or award.

Additional exclusion grounds

Breach of obligations relating to the payment of taxes or social security contributions.

ANNEX X Extract from Public Procurement Directive 2014/24/EU

LIST OF INTERNATIONAL SOCIAL AND ENVIRONMENTAL CONVENTIONS REFERRED TO IN ARTICLE 18(2) —

- ILO Convention 87 on Freedom of Association and the Protection of the Right to Organise;

- ILO Convention 98 on the Right to Organise and Collective Bargaining;

- ILO Convention 29 on Forced Labour;

- ILO Convention 105 on the Abolition of Forced Labour;

- ILO Convention 138 on Minimum Age;

- ILO Convention 111 on Discrimination (Employment and Occupation);

- ILO Convention 100 on Equal Remuneration;

- ILO Convention 182 on Worst Forms of Child Labour;

- Vienna Convention for the protection of the Ozone Layer and its Montreal Protocol on substances that deplete the Ozone Layer;

- Basel Convention on the Control of Transboundary Movements of Hazardous Wastes and their Disposal (Basel Convention);

- Stockholm Convention on Persistent Organic Pollutants (Stockholm POPs Convention)

- Convention on the Prior Informed Consent Procedure for Certain Hazardous Chemicals and Pesticides in International Trade (UNEP/FAO) (The PIC Convention) Rotterdam, 10 September 1998, and its 3 regional Protocols.

Consequences of misrepresentation

A serious misrepresentation which induces a contracting authority to enter into a contract may have the following consequences for the signatory that made the misrepresentation:-

- The potential supplier may be excluded from bidding for contracts for three years, under regulation 57(8)(h)(i) of the PCR 2015;

Page 67: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref: App B - Selection Questionaire RevB.docx Page 6

- The contracting authority may sue the supplier for damages and may rescind the contract under the Misrepresentation Act 1967.

- If fraud, or fraudulent intent, can be proved, the potential supplier or the responsible officers of the potential supplier may be prosecuted and convicted of the offence of fraud by false representation under s.2 of the Fraud Act 2006, which can carry a sentence of up to 10 years or a fine (or both).

- If there is a conviction, then the company must be excluded from procurement for five years under reg. 57(1) of the PCR (subject to self-cleaning).

Page 68: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Appendix C Financial Evaluation

Page 69: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Appendix C

Southern Housing Group

Selection Questionnaire - Financial Evaluation

This SQ is based on Crown Commercial Services/Cabinet Office Procurement Policy Note: Standard Selection Questionnaire (SQ) Action Note 8/16 9th September 2016

Development Framework (Consultants)

10287-2

19-Dec-16

27-Jan-17

Tender Ref Nr:

Date of Issue:

Date of Return:

Project:

Page 70: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref:AppC-FinancialEvaluation.xlsx Page2

Selection QuestionnaireProcurement of Development Framework (Consultants)

You must provide all the information in this section. Scoring: PASS/FAIL

4.0

4.1

Total Current Assets £ -

Total Current Liabilities £ -

Liquidity Ratio #DIV/0!

Quick Assets (Cash at bank and Debtors) £ -

Current Liabilities £ -

Bank Overdraft £ -

Quick Ratio #DIV/0!

Total Current Assets £ -

Total Current Liabilities £ -

Working Capital 0.00

4.1.2 Quick Ratio (The Acid Test)This measures the fact that if all sales revenue should disappear, could the business meet its current obligations with the readily convertible quick funds on hand.

Evaluation GuidanceThe minimum acceptable ratio is 1:1

Applicants with a Quick Ratio less than 1:1 may fail based on the overall financial risk status identified through these checks.

4.1.3 Working Capital

Evaluation GuidanceThe result must be a positive number.

Applicants with a negative number may fail based on the overall financial risk status identified through these checks.

Economic & Financial Standing

Liquidity

4.1.1 Current RatioThe financial appraisal of your accounts will be calculated using Liquidity Ratios - Please provide the information set out below. This information will be used to calculate the liquidity and solvency (ability to pay bills) and gearing (the extent to which the business is dependent on creditors' funding).

Evaluation GuidanceThis measures the ability of the business to pay its current debts with a margin of safety for possible losses in current assets. The minimum acceptable ratio is 1:1

Applicants with a Liquidity Ratio less than 1:1 may fail based on the overall financial risk status identified through these checks.

Page 71: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref:AppC-FinancialEvaluation.xlsx Page3

Selection QuestionnaireProcurement of Development Framework (Consultants)

You must provide all the information in this section. Scoring: PASS/FAIL

Long Term Borrowings £ -

Short Term Loans £ -

Overdraft £ -

Cash (At Bank) £ -

Shareholder Funds £ -

Gearing Ratio #DIV/0!

4.2

Operating Profit £ -

Share Capital £ -

Reserves £ -

Non-current Liabilities £ -

ROCE #DIV/0!

Gross Profit £ -

Sales Revenue £ -

Gross Profit Margin #DIV/0!

4.1.4 Gearing Ratio. This is a comparison between the amount of borrowings a company has to its shareholders funds (net worth). This measures an organisations reliance on external sources for funding.

Evaluation GuidanceIf the gearing ratio is too high then the organisation may be unstable.

(Construction industry average is 130%. Those with gearing ≥200% may fail based on the overall financial risk status identified through these checks).

Profitability

4.2.1 Return on Capital Employed (ROCE)

Evaluation GuidanceFor these ratios, the higher the percentage achieved, the lower the financial risk.

Applicants with a negative percentage may fail based on the overall financial risk status identified through these checks.

Evaluation GuidanceFor these ratios, the higher the percentage achieved, the lower the financial risk.

Applicants with a negative percentage may fail based on the overall financial risk status identified through these checks.

4.2.2 Gross Profit Margin

Page 72: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref:AppC-FinancialEvaluation.xlsx Page4

Selection QuestionnaireProcurement of Development Framework (Consultants)

You must provide all the information in this section. Scoring: PASS/FAIL

Operating Profit £ -

Sales Revenue £ -

Operating Profit Margin #DIV/0!

4.3

Trade Debtors £ -

Sales £ -

Debtor Days #DIV/0!

Payables £ -

Sales £ -

Creditor Days #DIV/0!

4.2.3 Operating Profit Margin

Evaluation GuidanceFor these ratios, the higher the percentage achieved, the lower the financial risk.

Applicants with a negative percentage may fail based on the overall financial risk status identified through these checks.

Efficiency

4.3.1 Debtor DaysThe ratio indicates whether debtors are being allowed excessive credit. A high figure (more than the industry average) may suggest general problems with debt collection or the financial position of major customers.

Evaluation GuidanceThe lower the figure the more liquid the company is thought to be. Organisations with the average "Debtor Days" over 90 may fail based on the overall financial risk status identified through these checks.

4.3.2 Creditor DaysCreditor days is an indication of a company’s creditworthiness in the eyes of its suppliers and creditors, since it shows how long they are willing to wait for payment. Within reason, the higher the number the better because all companies want to conserve cash. At the same time, a company that is especially slow to pay its bills (100 or more days, for example) may be a company having trouble generating cash, or one trying to finance its operations with its suppliers’ funds.

Evaluation GuidanceThe lower the figure the more liquid the company is thought to be. Organisations with the average Creditor Days" over 100 may fail based on the overall financial risk status identified through these checks.

Page 73: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref:AppC-FinancialEvaluation.xlsx Page5

Selection QuestionnaireProcurement of Development Framework (Consultants)

You must provide all the information in this section. Scoring: PASS/FAIL4.3.3

£ -

£ -

£ -

£ -

FAIL

FAIL

4.4.

4.4.1

Annual Turnover (Year 2)

Minimum Turnover Threshold

The Authority wishes to ensure that the Applicant’s annual turnover is at least equal to the Minimum Turnover Thresholds as described in Part 1 - Instructions to Applicants. The minimum turnover requirement is based on the average turnover of your organisation for the last three years (audited accounts).

Applicants should complete the table below to establish eligibility.

Annual Turnover (Year 3)

Annual Turnover (Year 1)

Average Annual Turnover for last 3 years

Eligible for Lots: 1, 2, 3, 5, 6, 7, 9, 10 & 11 (Min T/O: £1m)

Evaluation GuidanceApplicants must ensure that the eligibility criteria are met before completing this SQ.

Eligible for Lots: 4 & 8 (Min T/O: £0.75m)

Credit Rating

Please be advised that in addition to the financial checks outlined above, the authority will undertake a credit check using Experian as part of overall financial stability checks. The company reference number quoted at 1.0 - Supplier Information will be used to undertake the check. All credit checks will be undertaken on the same day and this will be within 7 days of return of the SSQ and other tender documentation.

The Authority uses Experian as its credit reference agency for returning turnover and credit scores. This information will not be used in isolation but will compliment/inform the financial assessment and the report will be requested from Experian between 30/01/17 and 10/02/17. The specific Experian report used by The Authority is a “Company Credit Report”. This may differ from certain other credit scoring methodologies. Bidding organisations may request a copy of their Experian Credit Report via the following website:http://www.experian.co.uk/

It is the responsibility of bidding organisations to ensure that any information held by Experian is up to date, and to notify Experian if any details appear to be incorrect. Experian can be contacted by telephone on: 0800 013 88 880.

Evaluation GuidanceThe credit checking agency will evaluate financial risk and those Bidders with a higher than average risk of business failure may be excluded from the process, particularly if other financial thresholds are not met.

Page 74: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Ref:AppC-FinancialEvaluation.xlsx Page6

Selection QuestionnaireProcurement of Development Framework (Consultants)

You must provide all the information in this section. Scoring: PASS/FAIL

Evaluation Guidance

The financial information provided must demonstrate sufficient evidence of financial stability. Accounts/Balance sheets should demonstrate that none of the ratios/checks set out below cannot be met. The checks will be carried out using 2014 accounts. Each individual check will be given a score dependent on the outcome achieved. Each score will be added to give an overall total for financials.

Liquidity Ratio to be at least 1:1 Pass = 0 Fail = 5Quick Ratio to be at least 1:1 Pass = 0 Fail = 5Working Capital Positive Number Pass = 0 Fail = 5Gearing Ratio ≥200% Pass = 0 Fail = 5ROCE Percentage must not be negative Pass = 0 Fail = 5Gross Profit Margin Percentage must not be negative Pass = 0 Fail = 5Operating Profit Margin Percentage must not be negative Pass = 0 Fail = 5Debtor Days ≥90 days Pass = 0 Fail = 5Creditor Days ≥100 days Pass = 0 Fail = 5Minimum Turnover Threshold £[As stated] If above = 0 If less than £[As stated] = 10 as the proposed Contract must not excessively dominate the existing business of any Applicant Credit Rating Experian score between 51 - 100 Score = 0Experian score between 26 - 50 Score = 5Experian score between 0 and 25 Score = 10

If following evaluation of these questions the applicant has a total score of “10“ or more which cannot be immediately clarified, an overall “fail” will be awarded and evaluation will not proceed any further.

Evaluator Guidance

Financial Scoring

Page 75: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Appendix D Lots

Please indicate below the "Lots" for which you are applying for. Applicants may apply for one or more

“Lots”. Therefore, please tick all that apply.

Lot Lot Description Tick here

1 Architecture (London)

2 Architecture (East & South East)

3 Architecture (West & South West)

4 Architecture (Isle of Wight)

5 Employer’s Agent (London)

6 Employer’s Agent (East & South East)

7 Employer’s Agent (West & South West)

8 Employer’s Agent (Isle of Wight)

9 Civil & Structural Engineering (All Regions)

10 Building Services Engineering (All Regions)

11 Principal Designer (All Regions)

Applicants should note that they will only be invited to tender for those lots in which they are shortlisted,

based on the indication set out in the table above.

Page 76: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Appendix E SHG Commitment to Social Value

Page 77: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

Our commitment to social value

Page 78: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

2 Document name/date

Our Commitment to Social value

Southern Housing Group is one of the largest housing associations in the South East. We put our customers at the heart of our business. When we procure new services, we expect the appointed contractors and suppliers to share our commitment to our customers.

The Group follows the terms of the Public Services and Social Value Acts (2012). We have a responsibility to ensure the services we procure have a direct benefit for customers and the local community. All contractors must agree to meet the minimum criteria and will be encouraged to commit additional resources to support the Group in improving our customers’ lives and communities.

We will work with our contractors to develop innovative social value opportunities that help them meet their corporate social responsibilities, while improving quality of life for our customers.

What is Social value?

“Social value is a way of thinking about how scarce resources are allocated and used. It involves looking beyond the price of each individual contract and looking at what the collective benefit to a community is when a public body chooses to award a contract” – Social Value Act 2012

Southern Housing Group achieves this through ensuring that social value is included in every new tender process. We expect all our departments to work to create opportunities that will deliver benefits to our customers under one or more of the following categories:

• Employment and Training

• Financial Resilience

• Community Projects

• Supporting isolated and vulnerable customers

• Digital Inclusion

• Sponsorship / Funding of community investment projects and activities

• Improving local environments

• Other Social Value offers

Page 79: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

3 Document name/date

Types of opportunities for social value

This list gives examples of the different kinds of social value work we’ve done with suppliers and contractors. The list is not exhaustive and we’re keen to explore innovative new ideas with our partners.

Employment and Training Wherever possible we want our contractors to provide employment and training opportunities created with our customers in mind. All employment opportunities must be paid and at least 12 months in duration. We are particularly interested to hear how contractors and suppliers can support customers with low skills and those further from the labour market access employment and training opportunities. We would also encourage contractors to provide our customers with accredited training which could lead to employment

Previous examples of how contractors have supported our customers to access paid employment, apprenticeships, traineeships and work placements include:

• Robert Heath Heating agreed to employ several customers as tenant liaison officers. • Durkan Limited appointed one of our customers as an office administrator and is keen to

create further employment opportunities for other customers. • Axis has appointed a customer as a Resident Liaison Officer. It is also providing the

customer with training to progress in his career with Axis. • Durkan Limited agreed to provide at least two apprenticeships to our customers.

Both apprentices are now close to completing their apprenticeships. • Robert Heath Heating recruited a customer as an Apprentice Plumber. The customer has

successfully completed the apprenticeship and is now training to become a Gas Engineer. • Durkan has provided a traineeship for a customer who had a positive attitude but lacked

the qualifications for direct entry to an apprenticeship. The traineeship will enable the customer to gain functional skills while also gaining invaluable experience on site. Once the trainee has the basic skills they will move on to a full two year apprenticeship.

• Mountjoy has offered two customer work placements each lasting three months initially with the option to extend by three months. One was an office administration role; the second was an operative role. Both roles allowed the customers to gain new experience to add to their CVs as they had both been unemployed for some time.

• Landscape has offered one customer the opportunity to gain experience as a landscape gardener. It is a three month placement with option of a further three months.

• Morgan Hunt has offered CV and interview workshops, to help our customers to get a better understanding of what employers are looking for in a CV/application and how to impress in an interview.

Page 80: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

4 Document name/date

Financial Resilience We are seeking contractors who either can provide funding towards helping customers with hardship funding; or provide specialist advice and support in helping our customers to become better informed about managing their finances and how to reduce the debt they are in.

Community Projects We would like to our contractors support our community focused projects be providing specialist services and resources that will help enhance the quality of life of our customers and the wider community.

Supporting isolated and vulnerable customers We are looking for contractors that can support us in ensuring our most vulnerable customers are provided the opportunity to feel more included in our communities and empowered and able to participate in community focused activities.

Digital Inclusion We are seeking contractors that can support us in helping our customers to gain access to computers and learning how to use them. In doing so we can help to bring down social isolation for our customers. Gain access to information that can lead to cost savings, help create a sense of independence and health and wellbeing benefits.

Sponsorship / Funding of community investment projects and activities

We have created a Resident Support Fund which can only be used to support Southern Housing Group customers. The fund aims to allow customers to engage in a wide range of activities. Given previous demand we anticipate that most of the funding will be spent on:

• Training • Employment • Apprenticeships • Financial resilience • Environmental impact • Health and wellbeing • Community cohesion

The fund can also be used by staff to create specialist projects that will directly benefit our customers.

Improving the Local Environment We are seeing a contractor that can support us in our vision of Improving our local environment is about reducing our carbon foot print, becoming more energy efficient and supporting our customers out of fuel poverty.

Page 81: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

5 Document name/date

Other Social Value Offers We would actively encourage all contractors to find new innovative social value opportunities for our customers. Below are some examples of types of additional social value that would be welcomed along side the six key objectives above.

• Supporting social enterprises and self-employed customers

We would like all contractors to echo our commitment to support our customers who are either self-employed, or run a social enterprise, or those that would like to. We encourage our contractors, where possible, to consider using a social enterprise or self-employed customer as suppliers for their projects.

• Coaching, mentoring or buddying

We are interested in speaking to contractors that have the capacity and flexibility for their staff to coach, mentor or become a buddy for our customers who require guidance and support.

• Offering customers specialist services for free

We encourage contractors to offer their services to our more vulnerable customers for free, depending on the relevance of the work. Providers could do this by setting up local surgeries, drop- in sessions or by working with our staff to arrange visits to our customers’ homes.

• Work Shadowing

We are looking for contractor or suppliers to provide our customers with opportunities to shadow staff within a particular field to help the customer understand the role and whether it is something they are interested in pursuing as a career. Shadowing may be of particular interest to our younger customers who are not sure what they want to do or who would like to get a feel for a job before pursuing further training or education.

• Inspirational speaking

We are always looking for opportunities to find new ways to help our customers to feel empowered. We are seeking contractors or suppliers that can directly provide, or are willing to fund an event where customers could hear inspirational speakers in areas related to employment, health and wellbeing, financial resilience and confidence building.

Page 82: Selection Questionnaire (SQ) - Project Compassdownloads.projectcompass.co.uk/22517/SQ10287-2 Consultant F'Work... · Selection Questionnaire (SQ) for Development Framework (Consultants)

6 Document name/date

• Enhancing green spaces

Promoting open green spaces is very important to the Group and we encourage our contractors to support us in developing and maintaining green spaces so our customers can directly benefit from them.

• Provision and maintenance of equipment

We welcome proposals from any contractors or suppliers who could provide us with equipment such as computers, stationery or DIY equipment that could benefit community groups, projects and individuals.

• Staff volunteering

We know that many organisations have a commitment to providing some form of corporate social responsibility but often struggle to find a charity or service the whole organisation could commit to. Southern Housing Group can provide organisations with opportunities to give their employees meaningful volunteering placements.

Further information

For more information about social value and how to embed it in your tenders please contact:

Rajvinder Kaur Uppal

0207 017 8501 07824 451 473 [email protected]