SlideShare a Scribd company logo
ITT Template &
     Guidance
      Version 1.0
[INSERT NAME OF AWARDING AUTHORITY AS PUBLISHED IN THE RELEVANT OJEU
                              CONTRACT NOTICE]

                          INVITATION TO TENDER FOR

  [INSERT TITLE OF REQUIREMENT AS PUBLISHED IN THE RELEVANT OJEU CONTRACT
                                   NOTICE]

                            REFERENCE NUMBER

   [INSERT REFERENCE NUMBER AS PUBLISHED IN THE RELEVANT OJEU CONTRACT
                        NOTICE e.g. 2007/s – xx/xxxxx]




PAGE 2 OF 79
TABLE OF CONTENTS

Section 0 - Preface                                                               4
Section 1 - Background                                                            9

Part A - Background                                                              11
Part B - Overview of the Invitation to Tender and the Procurement Process        14
Section 2 – Tendering Process                                                    24

Part A – Instructions to Tenderers                                               26
Part B – Tender Evaluation                                                       39
Schedule 1-5                                                                     45
Section 3 - Specification                                                        57
Section 4 – Technical Requirements (including Mandatory Information Requirements) 59
Section 5 – Response Requirements                                                64
Section 6 – Commercial Response Requirements                                     70




PAGE 3 OF 79
Section 0
                Preface
               Version 1.0




PAGE 4 OF 79
TABLE OF CONTENTS – SECTION 0

1 Glossary                                           5
2 Table of Abbreviations                             7
3 Structure of the ITT Document                      8




PAGE 5 OF 79
1           Glossary
USE A TABLE OF DEFINITIONS PRECEDED WITH THE FOLLOWING WORDING:
“Unless the context otherwise requires, the following words and expressions used within this
Invitation to Tender shall have the following meanings:”

    TERM                     MEANING
    “Authority”              means [insert the name of the Awarding Authority e.g.
                             Department for Transport]
                             Guidance note - You should note that that the Authority may be
                             different from the legal person in whose name the framework is
                             entered into. For example, framework agreements for the
                             Home Office will normally be entered into by the Secretary of
                             State for the Home Department.
    “Call Off Contract”      means the document set out in Schedule [XX] of the draft
                             Framework Agreement contained in Section 6, Schedule 6 of
                             this ITT
    “Competed                means the competed [goods] [services] which will be Ordered
    [Goods][Services]        from the Framework Agreement following a Mini-Competition
                             and are set out at Schedule 1 of the Framework Agreement
    “Conditions of           means the terms and conditions set out in this ITT relating to
    Tender”                  the submission of a Tender
    “Contracting Bodies”     Means the Authority and any other contracting authorities
                             described in the OJEU Contract Notice
    “Direct Award”           means the award of a Call Off Contract by application of the
                             terms laid down in the Framework Agreement without re-
                             opening competiton
    “Due Diligence           means the background and supporting documents and
    Information”             information provided by the Authority for the purpose of better
                             informing the Tenderers‟ responses to this Invitation to Tender
    "EIR"                    mean the Environmental Information Regulations 2004 together
                             with any guidance and/or codes of practice issued by the
                             Information Commissioner or relevant Government department
                             in relation to such regulations
    FoIA                     means the Freedom of Information Act 2000 and any
                             subordinate legislation made under such Act from time to time
                             together with any guidance and/or codes of practice issued by
                             the Information Commissioner or relevant Government
                             department in relation to such legislation
    “Framework               means the agreement (as set out in Section 6, Schedule 6 of
    Agreement”               this ITT) to be entered by the Authority and the Provider(s)
                             following any award under the procurement exercise
    “Invitation to Tender”   means this invitation to tender documentation and all related
    or “ITT”                 documents published by the Authority and made available to
                             Tenderers and includes the Due Diligence Information.
    “Lot”                    means a discrete sub-division of the requirements
    “Mini-competition”       means the award of a Call Off Contract by re-opening
                             competiton between the Providers appointed to the Framework
                             Agreement and which are capable of performing the proposed
                             contract
    “OJEU Contract           means the advertisement [insert reference number and date]
    Notice”                  issued in the Official Journal of the European Union
    “Order”                  means an order for [goods/services or goods and services]
                             served by any Contracting Body on the Provider
    “Other Contracting       means all Contracting Bodies except the Authority
    Bodies”
    “Provider”               means the organisation(s) admitted to the Framework
                             Agreement
    “Public Buying           means a duly constituted public sector organisation which



PAGE 6 OF 79
Organisation”                procures goods/services for and on behalf of contracting
                                  authorities
     “Standard                    means the [goods][services] set out at Schedule 1 of the
     [Goods]/[Services]”          Framework Agreement
     “Tender”, “Response”,        means the Tenderers formal offer in response to this Invitation
     “Tender Response”,           to Tender
     “Tendered Response”
     or “ITT Response”
     “Tenderers”                  means the organisations being invited to respond to this
                                  Invitation to Tender

    Where applicable Guidance Notes will appear throughout this document and will
    always be in BLUE text. They are solely to assist/advise the person drafting an ITT and
    as such MUST be removed from the ITT document PRIOR to issue to Tenderers.
    Guidance Note for drafters any Guidance Notes, Drafter‟s Notes (DNs) Drafters Questions
    (DQs) and/or text in italics must be removed (and where appropriate replacement drafting
    inserted) prior to the ITT document being issued to Tenderers
    Guidance Note - other definitions may be added as applicable. Defined terms must always
    start with an upper case letter eg Tenderers or Invitation to Tender as indicated in the table
    above.
    THE GLOSSARY CAN BE SUPPLEMENTED WITH THE CONVENTION THAT A WORD
    OR PHRASE IS SPECIFIED IN THE DOCUMENT THE FIRST TIME IT IS USED AND THEN
    NOTED AS SUCH IN INVERTED COMMAS AND BOLD AS FOR EXAMPLE –
    Persons responding to this document (“Tenderers”) or
    The Department for Work and Pensions (“the Authority”)
    Guidance Note - throughout the ensuing document all defined terms must start with an upper
    case letter eg Tenderers or the Authority.
    ABBREVATIONS MAY ALSO BE USED THUS-
    Department for Work and Pensions (“DWP”)
    Guidance Note – it may be helpful to Tenderers if a glossary of abbreviations is provided (see
    below).


2   Table of Abbreviations
    In this Invitation to Tender the following abbreviations are ascribed the meanings detailed in
    the table below
     ABBREVIATION                 MEANS
     ITT                          Invitation to Tender
     KPI                          Key Performance Indicator
     MI                           Management Information
     OCB                          Other Contracting Body
     OGC                          Office of Government Commerce
     OJEU                         Official Journal of the European Union
     PBO                          Public Buying Organisation




    PAGE 7 OF 79
3    Structure of the ITT Document
                             Covering Letter for Invitation to Tender


                                    Acknowledgement Letter


                             Section 0 Preface


                             (A) Background
                Section 1
               Background
                             (B) Overview of the ITT and the
                             Procurement Process


                             (A) Instructions To Tenderers


            Section 2        (B) Tender Evaluation:
         Tendering Process

                             Schedules 1 to 5



                             Section 3 Specification


                             Section 4 Technical Requirements


                             Section 5 Response Requirements


                             Section 6 Commercial Response
                             Requirements




PAGE 8 OF 79
Section 1
               Background
                  Version 1.0




PAGE 9 OF 79
TABLE OF CONTENTS – SECTION 1
Part A - Background                                                        11

1 Introduction                                                             12
2 The Authority                                                            12
3 OGC                                                                      13
4 Other Contracting Bodies                                                 13
5 Use of Electronic Tendering Tool                                         14
6 Marketing of the Framework                                               14
Appendix 1                                                                 14
Part B- Overview of the Invitation to Tender and the Procurement Process   14

1 Introduction                                                             16
2 Proposed Framework Agreement – Single Provider                           17
2 Proposed Framework Agreement – Multiple Providers                        17
3 Lots                                                                     19
4 Orders Under Multiple Provider Frameworks                                22




PAGE 10 OF 79
Section 1 – Part A
                     Background
                         Version 1.0




PAGE 11 OF 79
1     Introduction
1.1   [AUTHORITY TO INSERT DETAILS OF WHY THE PROCUREMENT IS TAKING PLACE
      AND PROVIDE DETAILS OF OJEU NOTICE] for example

      HM Revenue and Customs (HMRC) working with the Office of Government Commerce
      (OGC) and the Other Contracting Bodies named in OJEU Notice 2007/s xx-xxxxx dated xx
      February 20xx are looking for a Provider(s) [OR x NUMBER OF PROVIDERS – AS
      SPECIFIED IN THE OJEU NOTICE REFERRED TO ABOVE] to be appointed onto a Pan
      Government Framework Agreement for the supply of [THE GOODS OR SERVICES OR
      GOODS AND SERVICES AS SPECIFIED IN THE OJEU NOTICE REFERRED TO ABOVE].
      The UK Government currently procures XXX of XXX OR SPENDS AN ESTIMATED £XXX
      MILLION ON THE SUPPLY OF XXX OR PROVISION OF XXX SERVICES.

2     The Authority
2.1   [AUTHORITY TO INSERT BACKGROUND DETAILS OF ITS ORGANISATION] for example

      HMRC is a Government Department that was created in April 2005 it brought together the
      functions of HM Customs and Excise and the Inland Revenue.

      HMRC employs approximately 100,000 people, about a fifth of the entire Civil Service, across
      more than 300 locations and some 900 offices. Its responsibilities include:

         Income, Corporation, Capital Gains, Inheritance, Insurance Premium, Stamp, Land and
          Petroleum Revenue Taxes

         VAT, Excise Duties, Customs Duties and frontier protection

         Environmental taxes: climate change and aggregates levy and landfill tax

         National Insurance

         Tax Credits

         Child Benefit and the Child Trust Fund

         Enforcement of the National Minimum Wage

         Recovery of Student Loan repayments

      Additional general information about HMRC can be found on www.hmrc.gov.uk

2.2   The Authority, shall actively manage the resulting Framework Agreements, key activities
      including: contract review meetings; KPI management and analysis of management
      information provided [OTHER FUNCTIONS TO BE ADDED AS APPLICABLE].

      [OR IF ANY OTHER AUTHORITY OR PUBLIC BUYING ORGANISATION ARE GOING TO
      MANAGE THE RESULTING FRAMEWORK SUBSTITUTE THEIR NAME FOR THE
      AUTHORITY.     A STATEMENT OF RELATIONSHIP BETWEEN THE PBO, THE
      AUTHORITY, OTHER CONTRACTING BODIES AND PROVIDERS IN THE OPERATION OF
      THE FRAMEWORK INCLUDING CUSTOMER ACCESS PROCEDURES (IF ANY) AND
      CONTRACT MANAGEMENT RESPONSIBILITIES (E.G. SANCTIONS, MANAGEMENT
      INFORMATION ANALYSIS, CO-ORDINATING PROVIDER AND CUSTOMER ISSUES)]
      WILL NEED TO BE INCLUDED HEREOR




      PAGE 12 OF 79
[IF IT IS TO BE A JOINT APPROACH TO CONTRACT/PROVIDER RELATIONSHIP
      MANAGEMENT SET OUT DETAILS OF THE ORGANISATIONS INVOLVED AND AS
      ABOVE AND THEIR RESPECTIVE ROLES]

3     OGC
3.1   [OGC TO PROVIDE UP TO DATE NARRATIVE FOR THIS SECTION]

4     Other Contracting Bodies (OCBs)
4.1   The Framework Agreement will be available for use by OCBs throughout the whole of the UK,
      including Northern Ireland, Scotland and Wales [AMEND GEOGRAPHICAL COVERAGE
      WHERE APPROPRIATE] as described in the OJEU Contract Notice. Any OCB described in
      the OJEU Contract Notice may utilise the resulting Framework Agreement from the
      commencement date.

      Guidance note – the lead Authority should validate potential usage of the Framework
      Agreement by the different sectors of the public arena. Whilst the OJEU may have been
      widely drafted to enable Framework Agreement to be used by wide range of other Other
      Contracting Bodies it may be appropriate to be more specific in the ITT. If further analysis
      work has been undertaken and it is evident that some sectors of the public arena are highly
      unlikely to use the Framework the drafting above should be amended to bring such
      exclusions to the attention of Providers. However under no circumstances can the original
      scope of the OJEU Contract Notice be widened encompass areas of the public sector
      previously omitted.

4.2   A list of OCBs [WHO HAVE EXPRESSED AN INTEREST/COMMITTED TO USING THE
      FRAMEWORK] can be found at Appendix One of this document. Once established the
      Framework will be actively marketed to attract take up by additional Contracting Bodies
      beyond those specified in Appendix One.




      PAGE 13 OF 79
5     Use of Electronic Tendering Tool [IF APPLICABLE]
5.1   The Authority is utilising an electronic tendering tool to manage this procurement and
      communicate with Tenderers. Accordingly, there will be no hard copy documents issued to
      Tenderers and all communications with the Authority including the submission of Tenderers
      responses will be conducted via [insert name of proprietary electronic tool being used and link
      to URL address.]

6     Marketing of the Framework
      [AUTHORITY TO INSERT DETAILS OF HOW THE FRAMEWORK WILL BE MARKETED –
      WHEREVER POSSIBLE INCLUDE A HIGH LEVEL MARKETING PLAN. THIS SHOULD
      INCLUDE ANY DETAILS OF MARKETING THAT THE AUTHORITY EXPECTS THE
      SUCCESSFUL TENDERER(S) TO PARTICIPATE IN OR UNDERTAKE.]

      Guidance Note: Any marketing by the Authority must take into account the estimated value of
      services/goods to be procured under the Framework Agreement, as advertised in the OJEU
      Contract Notice.

      Appendix 1
      [INSERT LIST OF ANTICIPATED/COMMITTED OTHER CONTRACTING BODIES – WHERE
      APPROPRIATE INCLUDE ANY SPEND, VOLUMES AND THE POTENTIAL ACCESS
      DATES IF THE THE OCB IS ALREADY IN A CONTRACTUAL ARRANGEMENT WHICH
      EXPIRES BEYOND THE ANTICIPATED START DATE OF THE FRAMEWORK
      AGREEMENT]

      Tenderers should note that the details of spend, volumes and potential access dates set out
      in this Appendix are estimates only. They are not intended to provide any commitment as to
      the number or value of contracts that the Authority and OCBs may purchase using this
      Framework Agreement. OCBs are under no obligation to join the framework and may decide
      not to do so. The Framework Agreement is non-exclusive: the Authority and OCBs give no
      undertaking that they will purchase the whole or any of their requirement for [goods/services
      or goods and services] through this arrangement.




      PAGE 14 OF 79
Section 1 – Part B
                Overview of the Invitation to Tender
                     and the Procurement Process
                                           Version 1.0




PAGE 15 OF 79
1     Introduction

1.1   The Authority wishes to establish a [insert either single Provider or multi-Provider] Framework
      Agreement for the provision of [insert a short description of the goods or services or goods
      and services]. The Authority is managing this procurement process in accordance with the
      Public Contracts Regulations 2006 (the “Regulations”). This is a [goods/services/goods and
      services] Framework Agreement being procured under the restricted procedure.

1.2   The Authority is procuring the Framework Agreement as a central purchasing body for itself
      and Other Contracting Bodies. This means that OCBs referred to in the OJEU Notice may
      also participate in the Framework Agreement.

1.3   The Authority received completed Pre-Qualification Questionnaires from potential providers
      and has evaluated minimum standards of technical or professional ability and economic and
      financial standing. All those potential providers who were shortlisted following the evaluation
      of the PQQ have been issued with the ITT.

      Guidance note – if the lead authority considers there to be commercial advantage in
      disclosing details of which other organisations have also been sent the ITT the above
      paragraph should be amended and a list of organisations invited to tender inserted.

1.4   Section 2 contains the Instructions to Tenderers and the conditions of this ITT.

      1.4.1 There are also a number of certificates contained in the Schedules at Section 2 for you
            to confirm the basis on which your Tender is submitted.

      1.4.2 In addition, Section 2 contains a checklist for you to use to check that you have
            included the correct information that you should complete and return with the Tender
            Response.

1.5   Section 3 contains the Specification.

1.6   Section 4 contains the Technical Requirements.

1.7   Section 5 contains the Response Requirements. This sets out how the Tenderer must
      respond to the Specification and the Technical Requirements.

1.8   Section 6 contains the Commercial Response Requirements including a copy of the proposed
      Framework Agreement.

1.9   Prior to commencing formal evaluation, Tender Responses will be checked to ensure they are
      fully compliant with the conditions of Tender. Non-compliant Tender Responses may be
      rejected by the Authority. Tender Responses which are deemed by the Authority to be fully
      compliant will proceed to evaluation. These will be evaluated using the selection criteria and
      weightings detailed in the matrix set out at paragraph 2 of Section 2 (B).


      Guidance note - where the Authority reserves to itself a discretion under this ITT, it should
      exercise that discretion properly, fairly and not unreasonably. It should endeavour to treat
      Tenderers equally throughout the process.




      PAGE 16 OF 79
1.10   Following evaluation of the compliant Tenders and approval of the outcome the Authority
       intends to appoint [insert as applicable, and depending on whether the Framework is to be
       either single or multi Provider, one or [insert number] successful Providers] to enter into a
       Framework Agreement.

1.11   Whilst it is the Authority‟s [and any relevant Other Contracting Bodies] intention to purchase
       the majority of its [goods/services/goods and services] under this Framework Arrangement
       from the Providers appointed this does not confer any exclusivity on the appointed Providers.
       The Authority and any relevant Other Contracting Bodies reserve the right to purchase any
       [goods/services/goods and services] (including those similar to the [goods/services/goods and
       services] covered by this procurement) from any provider outside of these Framework
       Agreements.
       Guidance note – the Authority needs to consider whether the above statement is applicable to
       the procurement exercise they are engaged on and whether it can make this statement on
       behalf of OCBs. If the Procurement Strategy or Sourcing Strategy has concluded that the
       Framework will meet all potential requirements across the public sector and there will be no
       opportunity for Contracting Bodies to procure their requirements outside of the proposed
       Framework Agreement the above paragraph should be amended to make it clear this will be
       the case.



2      Proposed Framework Agreement – Single Provider                                       [if
       applicable]

       Guidance note – The Procurement Strategy or Sourcing Strategy should specify whether the
       aim of the procurement is to appoint a single Provider or multiple Providers to fulfill all the
       requirements. In this context it is crucial to check what was specified in the OJEU Contract
       Notice - Section II.1.4 which will have been either “several operators” or “a single operator”
       insert the relevant paragraph from those detailed below.

2.1    It is the Authority‟s intention to enter into a Framework Agreement with a single Provider.

       Guidance note - Where a Framework Agreement is concluded with just one Provider, Call Off
       Contracts under the Framework Agreement should be awarded within the terms laid down in
       the agreement. It is the same principle as that applying to a normal contract, except that, with
       a Framework Agreement, there will be an interval between the awarding of the framework
       itself and the calling-off of the goods/services/goods and services under it. The Framework
       Agreement has been drafted on the basis that the Authority will appoint multi suppliers to the
       framework and it will need to be amended prior to dispatch of the ITT if the Authority intends
       to award a single supplier framework.

2.2    The Authority reserves the right not to conclude a Framework Agreement as a result of the
       current procurement process.

                                                 OR

2      Proposed Framework Agreement – Multiple Providers                                    [if
       applicable]

2.1    It is the Authority‟s intention to enter into a Framework Agreement with more than one
       Provider.

2.2    For the purposes of this Framework Agreement the Authority has classified the
       [goods/services/or goods and services] as Standard [Goods]/[Services] and Competed
       [Goods]/[Services].




       PAGE 17 OF 79
The Standard [Goods]/ [Services] are described in Lot numbers [insert lot numbers].

      The Competed [Goods]/[Services] are described in Lot numbers [insert lot numbers].

2.3   Call Off Contracts for Standard [Goods]/[Services] will be awarded by Direct Award i.e without
      re-opening competition and Call Off Contracts for Competed [Goods] / [Services] will be
      awarded following a Mini-Competition. These processes are explained in more detail below.

2.4   Call Off Contracts, whether as a result of Direct Award or following Mini-Competition will be
      formed by the issue of an Order by the Authority or relevant OCB, to the Provider and
      acceptance by the Provider of such an Order. The Call Off Contract will be on the terms
      specified in the Framework Agreement - Schedule 6, supplemented as appropriate by such
      details as price and quantity which will be specified in the Order.

      Guidance Note

      The Authority will need to consider which goods/services will be capable of being awarded on
      the terms laid down in the framework agreement (Standard Goods/Services) by way of Direct
      Award and those goods /services where the terms are not precise enough and will be subject
      to a Mini-Competition (Competed Goods/Services).

      Direct Award

      The Direct Award of a Call Off Contract is permitted where the terms laid down in the
      Framework Agreement are sufficiently precise to cover the particular Call Off Contract. Where
      the Authority plans to award contracts without re-opening competition, then the Framework
      Agreement must include a mechanism, which should be followed by the Authority and OCBs.

      The mechanism for Direct Award of a Call-Off Contract contained in the Framework
      Agreement requires the Authority/OCB to apply the criteria, which were originally applied by
      the Authority when awarding the Framework Agreement. These will be set out at Schedule 2
      of the Framework Agreement. It is permissible not to apply an award criterion if it is not
      relevant to the Call–Off Contract (for example, where the original criteria requires the Provider
      to show that it can supply the [goods/services/goods and services] nationwide, but the OCB is
      only concerned with supply on a local level). Therefore, the Authority must give careful
      consideration to the Framework award criteria to ensure that not only are they suitable for use
      when appointing Providers to the Framework, but that the criteria will also allow the
      Authority/OCB to call-off contracts.



      In order for an OCB to be able to apply the original criteria, the lead Authority will have to
      ensure that they are able to supply OCBs with all necessary information to ensure that it can
      apply the criteria correctly. Such information could include the applicable quality standards,
      price and the statement of requirements or specification.

      The Authority will need to consider whether there is any justification for allowing limited
      flexibility in the award criteria weightings used for the Direct Award. A potential approach
      would be to allow a 10% range between the minimum and maximum weighting for each
      award criterion. This would then allow OCBs some discretion when applying the award criteria
      at Direct Award.

      The Regulations do not specify how Call Off Contracts should be awarded without re-opening
      competition and the approach set out above is one suggested option. Another method for
      Direct Awards is to use a “cascade” approach. This means that all Providers are ranked at
      Framework award stage (by application of the award criteria) and Call-Off Contracts are then
      awarded to the highest-ranking Provider available in the relevant lot. If that Provider is not
      able to undertake the Call-Off Contract then it will be awarded to the Provider ranked second
      and so on. If the Authority wishes to use the “cascade” approach for awarding Call-Off
      Contracts, it will be necessary to amend the model Framework Agreement.


      PAGE 18 OF 79
Please note that a “catalogue shopping” approach i.e. free choice of a supplier under a
      framework is not permissible. The Authority/OCB must use the mechanism laid down in the
      Framework Agreement before choosing a Provider under Direct Award.

      Re-opening Competition
      Where not all of the terms are laid down in the Framework Agreement, a Call-Off Contract
      can be awarded using a Mini-Competition. When re-opening competition in this way, it is
      important to understand this does not mean that basic terms can be renegotiated, or that the
      specification or statement of requirements used in setting up the Framework Agreement can
      be changed. It is more a matter of supplementing or refining the basic terms to reflect
      particular circumstances.

      The terms which may be refined include the following:

       particular delivery timescales;

       particular invoicing arrangements and payment profiles;

       additional security needs;

       incidental charges;

       particular associated services, eg installation, maintenance and training;

       particular mixes of quality systems and rates;

       particular mixes of rates and quality;

       where the terms include a price mechanism;

       individual special terms (e.g. specific to the particular goods/services/goods and services
        that will be provided to meet a particular requirement under the Framework Agreement).

      When awarding a Call-Off Contract using a Mini-Competition, the Authority/OCB should
      generally use the criteria laid down by the Authority for the award of the Framework
      Agreement. If necessary, the award criteria used for the Mini-Competition can be different to
      the original award criteria but they should be related. For Mini-Competitions it is possible for
      the Authority/OCB to vary the weightings given to each of the criteria provided this is set out
      clearly in the invitation to tender for the Mini-Competition.

      The Mini-Competition must include all Providers who have been admitted to the Framework
      Agreement who are capable of performing the particular Call-Off Contract. Often, this will
      mean that all Providers admitted to the Framework Agreement, or, where the requirement has
      been divided into Lots, all Providers appointed to a particular Lot.

2.5   The Authority reserves the right not to conclude any Framework Agreement(s) as a result of
      the current procurement process.



3     Lots [if applicable]

      Guidance note - number of Providers - check for consistency with the OJEU Contract Notice
      - section II.1.4 that “several operators” was specified and if so the number specified or the
      maximum number of providers envisaged in each Lot.

      Guidance note – cross-check with the OJEU Contract Notice - section II.1.8 whether it was
      specified that the [goods/services/goods and services] were to be divided into Lots, or that the
      right was reserved to divide the requirement into Lots under section II.2.1.


      PAGE 19 OF 79
Guidance note – If the Procurement Strategy or Sourcing Strategy concluded that the
framework would involve multiple Providers, then subject to the wording of the OJEU Contract
Notice consideration should be given to whether the requirement should be divided into
separate Lots with one or more Lot(s) containing standard [goods/services/goods and
services] with Direct Award of Call Off Contracts and a separate Lot(s) for non standard
(competed) requirements i.e. where there is variability of the standard offering or where the
terms laid down in the Framework Agreement are not precise enough for the particular Call
Off Contract . These should then be listed by the Authority as the Standard Goods/Services
and Competed Goods/Services in Schedule 1 of the Framework Agreement.

Guidance note - In running Mini-Competitions Contracting Bodies should take note of the
extent to which changes to requirements and/or the terms of the Framework Agreement can
be modified under the Regulations.




PAGE 20 OF 79
3.1   The [goods/services/goods and services] covered by this procurement exercise have been
      sub-divided into [insert number] categories (referred to in the OJEU Contract Notice as
      “Lots”), namely:


       LOT       DESCRIPTION                               METHOD OF AWARD OF CALL OFF
                                                           CONTRACTS

       LOT 1     [insert description of the Lot]           [insert method by which Call Off
                                                           Contracts will be awarded – either Direct
                                                           Award or by Mini-Competition”]

       LOT 2     -ditto-                                   -ditto-

       LOT 3     -ditto-                                   -ditto-

       LOT 4     -ditto-                                   -ditto-

       LOT 5     -ditto-                                   -ditto-

       LOT 6     -ditto-                                   -ditto-


3.2   The Authority anticipates that it will enter into a Framework Agreement with between [[insert
      number] of Providers] or [a maximum of [insert number] of Providers] for each of the Lots.

      Guidance note – the above paragraph may need to be amended to reflect the number of
      Providers which the Authority intends to enter into the Framework Agreement with in respect
      of each of the Lots.

3.3   Following the outcome of the evaluation of PQQ responses Tenderers have previously been
      notified which of the Lots they will be invited to Tender for.

3.4   [The Call-Off Contracts may contain different provisions for each Lot].

      Guidance note – if this is indeed the case the Call Off Contract terms and conditions must be
      duly amended prior to the dispatch of the ITT and the Tenderer‟s attention drawn the relevant
      changes and details provided which Lot(s) the changes are applicable to.




3.5   It is intended that each time the Authority (and/or any Other Contracting Body) re-opens
      competition and runs a mini competition for the award of a Call Off Contract under the multi
      Provider Framework then the award decision will be based on the following criteria:

      Guidance note - the competed goods/services award criteria to be applied to tenders
      evaluated under any mini competition must be related to the original criteria used to award the
      Framework Agreements and will be set out at Schedule 2 of the Framework Agreement.




      PAGE 21 OF 79
TABLE 3.6 – COMPETED GOODS/SERVICES AWARD CRITERIA AND WEIGHTINGS


       LOT      CRITERIA FOR MINI                         WEIGHTINGS
                COMPETITIONS UNDER THE
                MULTI-PROVIDER FRAMEWORK

       LOT 1    [insert proposed mini competition         To be set by Authority/OCB conducting
                evaluation criteria as specified in the   mini-competiton
                original OJEU Notice or as otherwise
                modified for this ITT]
                [insert proposed mini competition         To be by Authority/OCB conducting mini-
       LOT 2
                evaluation criteria as specified in the   competition
                original OJEU Notice or as otherwise
                modified for this ITT]
                [insert proposed mini competition         To be set by Authority/OCB conducting
       LOT 3
                evaluation criteria as specified in the   mini-competition
                original OJEU Notice or as otherwise
                modified for this ITT]
                [insert proposed mini competition         To be by Authority/OCB conducting mini-
       LOT 4
                evaluation criteria as specified in the   competition
                original OJEU Notice or as otherwise
                modified for this ITT]
                [insert proposed mini competition         To be set by Authority/OCB conducting
       LOT 5
                evaluation criteria as specified in the   mini-competition
                original OJEU Notice or as otherwise
                modified for this ITT]

3.7   The Authority and the relevant Other Contracting Bodies reserve the right to use reverse
      electronic auctions in order when conducting mini competitions between Providers under the
      Framework.



4     Orders Under Multiple Provider Frameworks

4.1   In the event that the Authority (and/or any OCB) decides to use this multi Provider Framework
      to source [goods/services/goods and services] it is expected that the following process will be
      applied:

      4.1.1 Prior to any OCB conducting any Mini-competitions or making any Direct Awards under
            the Framework Agreement they will complete and submit a participation agreement to
            the Authority, or as applicable, the body managing the Framework Agreement notifying
            them that the Framework Agreement meets their requirements and that they intend to
            award Call Off Contracts under the Framework Agreement. Following submission of
            the participation agreement the relevant OCB will send a letter to the Provider(s)
            putting them on notice that they intend to award Call Off Contracts under the
            Framework Agreement.

      4.1.2 For Standard [Goods]/[Services] which are subject to Direct Award the Authority or
            relevant OCB will award a Call Off Contract to the appropriate provider by application of
            the direct award mechanism contained in the Framework Agreement.

      4.1.3 This means that the Authority/OCB will apply the award criteria set out in Section 2,
            Table 2.2 on page [50] of this ITT to select the Provider which it will then place an
            Order with.




      PAGE 22 OF 79
4.1.4 For Competed [Goods]/[Services] the Authority or any relevant OCB will run a Mini-
      Competition. This will involve inviting tenders from those Provider‟s capable of
      performing the proposed Call Off Contract and requesting “sealed bids” from Providers
      included on the relevant Lots who have been qualified to deliver those particular
      [goods/services/goods and services] requesting, for example,
       particular delivery timescales;

       particular invoicing arrangements and payment profiles;

       additional security needs;

       incidental charges;

       particular associated services, eg installation, maintenance and training;

       particular mixes of quality systems and rates;

       particular mixes of rates and quality;

       where the terms include a price mechanism;

       individual special terms (e.g. specific to the particular goods/services/goods and
        services that will be provided to meet a particular requirement under the Framework
        Agreement).

4.1.5 The Provider submitting the most economically advantageous “sealed bid” in
      accordance with the criteria set out in Table 3.6 above will be awarded the Call Off
      Contract.




PAGE 23 OF 79
Section 2
                Tendering Process
                         Version 1.0




PAGE 24 OF 79
TABLE OF CONTENTS – SECTION 2
Part A – Instructions to Tenderers                                        26

1 General                                                                 28
2 Bidders Conference                                                      29
3 Confidentiality                                                         29
4 Freedom of Information                                                  30
5 Tender Validity                                                         30
6 Timescales                                                              30
7 Authority’s Contact Details                                             31
8 Intention to Submit a Tender                                            31
9 Preparation of Tender                                                   32
10 Submission of Tenders                                                  32
11 Canvassing                                                             35
12 Disclaimers                                                            35
13 Collusive Behaviour                                                    35
14 No Inducement or Incentive                                             36
15 Acceptance and Admission to the Framework Agreement                    36
16 Queries Relating to Tender                                             36
17 Amendments to Tender Documents                                         37
18 Late Tenders                                                           37
19 Proposed Amendments to the Framework Agreement and/or Call Off Order
   Documents by the Tenderer                                              37
20 Modification and Withdrawal                                            37
21 Right to Reject/Disqualify                                             38
22 Right to Cancel, Clarify or Vary the Process                           38
23 Customer References                                                    38
24 Notification of Award                                                  38
25 Debriefing                                                             38
26 Statement of Compliance                                                39




PAGE 25 OF 79
Part B – Tender Evaluation                                39

1 Introduction                                            41
2 Evaluation of Tenders                                   41
3 Evaluation Process                                      42
4 Award of Framework Agreement                            43
Schedule 1: Form of Tender                                45
Schedule 2: Collusive Tendering                           48
Schedule 3: Canvassing                                    49
Schedule 4: Confirmation of PQQ Submission                50
Schedule 5: Tender Response and Statement of Compliance   51




PAGE 26 OF 79
Section 2 – Part A
                Instructions to Tenderers
                                 Version 1.0




PAGE 27 OF 79
1     General
1.1   These instructions are designed to ensure that all Tenderers are given equal and fair
      consideration. It is important therefore that you provide all the information asked for in the format
      and order specified. Please contact [insert the name, address and e-mail address of the
      designated Authority contact or in their absence [insert the name address and e-mail address of
      the designated alternative Authority contact] if you have any doubt as to what is required or will
      have difficulty in providing the information requested.
      Guidance note: if the tendering exercise is to be conducted via an e-tendering tool the above
      paragraph will need to be amended to reflect how the tool will deal with communications between
      the Authority and the Tenderers.
1.2   Tenderers should read these instructions carefully before completing the Tender
      documentation. Failure to comply with these requirements for completion and submission of
      the Tender Response may result in the rejection of the Tender. Tenderers are advised
      therefore to acquaint themselves fully with the extent and nature of the [goods/services/goods
      and services] and contractual obligations. These instructions constitute the Conditions of
      Tender. Participation in the tender process automatically signals that the Tenderer accepts
      these Conditions of Participation.
1.3   All material issued in connection with this ITT shall remain the property of the Authority and/or
      as applicable relevant OCB and shall be used only for the purpose of this procurement
      exercise. All Due Diligence Information shall be either returned to the Authority or securely
      destroyed by the Tenderer (at the Authority‟s option) at the conclusion of the procurement
      exercise.
1.4   The Tenderer shall ensure that each and every sub-contractor, consortium member and
      adviser abides by the terms of these instructions and the Conditions of Tender.
1.5   The Tenderer shall not make contact with any other employee, agent or consultant of the
      Authority or any relevant OCB who are in any way connected with this procurement exercise
      during the period of this procurement exercise, unless instructed otherwise by the Authority.
1.6   The Authority shall not be committed to any course of action as a result of:
          issuing this ITT or any invitation to participate in this procurement exercise;
          an invitation to submit any Response in respect of this procurement exercise;
          communicating with a Tenderer or a Tenderer‟s representatives or agents in respect of
           this procurement exercise; or
          any other communication between the Authority and/or any relevant OCB (whether
           directly or by its agents or representatives) and any other party.
1.7   Tenderers shall accept and acknowledge that by issuing this ITT the Authority shall not be
      bound to accept any Tender and reserves the right not to conclude a Framework Agreement
      for some or all of the [goods/services/goods and services] for which Tenders are invited.
1.8   The Authority reserves the right to amend, add to or withdraw all, or any part of this ITT at any
      time during the procurement exercise.




      PAGE 28 OF 79
2     Bidders Conference [if applicable]
2.1   A Bidders‟ Conference will be held on [Insert date and location]. The conference will provide
      Tenderers with an opportunity to seek clarification on any matters relating to the ITT and the
      requirements in an open forum. Further details are included in the letter accompanying this
      ITT.
      As space is at a premium, please nominate a maximum of [insert number] key personnel to
      attend. Details of those attending must be provided to the Authority [insert name of
      designated Authority contact, telephone number and e-mail address as in paragraph 1.1] by
      no later than [insert time and date].
      Guidance note: this should be included in the letter accompanying the ITT and cross-
      referenced here
      Guidance note: if the tendering exercise is to be conducted via an e-tendering tool the above
      paragraph will need to be amended to be consistent with the information set out in paragraph 1.1


3     Confidentiality
3.1   Subject to the exceptions referred to in paragraph 3.2, the contents of this ITT are being
      made available by the Authority on condition that:
      3.1.1   Tenderers shall at all times treat the contents of the ITT and any related documents
              (together called the „Information‟) as confidential, save in so far as they are already in
              the public domain;
      3.1.2   Tenderers shall not disclose, copy, reproduce, distribute or pass any of the
              Information to any other person at any time or allow any of these things to happen;
      3.1.3   Tenderers shall not use any of the Information for any purpose other than for the
              purposes of submitting (or deciding whether to submit) a Tender; and
      3.1.4   Tenderers shall not undertake any publicity activity within any section of the media.
3.2   Tenderers may disclose, distribute or pass any of the Information to the Tenderer‟s advisers,
      sub-contractors or to another person provided that either:
      3.2.1   This is done for the sole purpose of enabling a Tender to be submitted and the
              person receiving the Information undertakes in writing to keep the Information
              confidential on the same terms as if that person were the Tenderer; or
      3.2.2   The Tenderer obtains the prior written consent of the Authority in relation to such
              disclosure, distribution or passing of Information; or
      3.2.3   The disclosure is made for the sole purpose of obtaining legal advice from external
              lawyers in relation to the procurement or to any Framework Agreement arising from it;
              or
      3.2.4   The Tenderer is legally required to make such a disclosure.




      PAGE 29 OF 79
3.3   In paragraphs 3.1 and 3.2 above the definition of „person‟ includes but is not limited to any
      person, firm, body or association, corporate or incorporate.
3.4   The Authority may disclose detailed information relating to Tenders to its officers, employees,
      agents or advisers and the Authority may make any of the Framework Agreement documents
      available for private inspection by its officers, employees, agents or advisers. The Authority
      also reserves the right to disseminate information that is materially relevant to the
      procurement to all Tenderers, even if the information has only been requested by one
      Tenderer, subject to the duty to protect each Tenderer's commercial confidentiality in relation
      to its Tender (unless there is a requirement for disclosure under the Freedom of Information
      Act, as explained in paragraphs 4.1 to 4.3 below).


4     Freedom of Information
4.1   In accordance with the obligations and duties placed upon public authorities by the Freedom
      of Information Act 2000 (the „FoIA‟), the Authority may, acting in accordance with the
      Secretary of State‟s Code of Practice on the Discharge of the Functions of Public Authorities
      under Part 1 of the said Act, or the EIR be required to disclose information submitted by the
      Tenderer to the to the Authority.
4.2   In respect of any information submitted by a Tenderer that it considers to be commercially
      sensitive the Tenderer should:
      4.2.1   Clearly identify such information as commercially sensitive;
      4.2.2   Explain the potential implications of disclosure of such information; and
      4.2.3   provide an estimate of the period of time during which the Tenderer believes that
              such information will remain commercially sensitive.
4.3   Where a Tenderer identifies information as commercially sensitive, the Authority will
      endeavour to maintain confidentiality. Tenderers should note, however, that, even where
      information is identified as commercially sensitive, the Authority may be required to disclose
      such information in accordance with the FoIA or the Environmental Information Regulations.
      In particular, the Authority is required to form an independent judgment concerning whether
      the information is exempt from disclosure under the FoIA or the EIR and whether the public
      interest favours disclosure or not. Accordingly, the Authority cannot guarantee that any
      information marked „confidential‟ or “commercially sensitive” will not be disclosed.
4.4   Where a Tenderer receives a request for information under the FoIA or the EIR during the
      procurement process, this should be immediately passed on to the Authority and the
      Tenderer should not attempt to answer the request without first consulting with the Authority.


5     Tender Validity
5.1   Your Tender should remain open for acceptance for a period of [insert number] days. A
      Tender valid for a shorter period may be rejected.
      Guidance note – a minimum of 60 days is suggested but this should be reviewed and
      amended to comply with the Authority‟s policy and/or the complexity of the procurement.

6     Timescales
6.1   Set out below is the proposed procurement timetable. This is intended as a guide and whilst
      the Authority does not intend to depart from the timetable it reserves the right to do so
      at any stage.

       DATE             STAGE

       [insert date]    ITT to be issued to short-listed Tenderers by the Authority

       [insert date]    Tenderers confirm receipt of ITT pack



      PAGE 30 OF 79
[insert date]    Bidders conference

       [insert date]    Deadline for Tenderers to confirm intention to submit ITT Response

       [insert date]    Clarification period opens

       [insert date]    Clarification period closes

       [1100] GMT       Closing date and time for receipt by the Authority of Tenderer Responses to
       [insert date]    the ITT

       [insert date]    Evaluation of ITT Responses commences

       [insert date]    If not undetaken at an earlier stage in the procurement process, Reference
                        Site visits

       [insert date]    Notification of proposed appointment(s) to Framework

       [insert date]    Expiry of standstill period required under Regulation 32 of the Public
                        Contracts Regulations 2006

       [insert date]    Appointment of Provider(s) to Frameworks(s)

       [insert date]    Commencement Date of Framework Agreement

       [insert date]    Implementation

      Guidance note – the above timetable is based on the assumption that the Restricted
      Procedure is being used, if this is not the case and either the Open or the Competitive
      Dialogue Procedure is being used the timetable should be amended to match the procedural
      steps under the particular procedure being followed.
      Guidance note – if it is intended that implementation commences prior to provision of the
      [goods/services/goods and services] reverse the order of the last two rows in the table above.


7     Authority’s Contact Details
7.1   Unless stated otherwise in these Instructions or in writing from the Authority, all
      communications from Tenderers (including their sub-contractors, consortium members,
      consultants and advisers) during the period of this procurement exercise must be directed to
      the designated Authority contact named in paragraph 1.1 above.
      Guidance Note: if the tendering exercise is to be conducted via an e-tendering tool the above
      paragraph will need to be amended to be consistent with, and cross-referenced to paragraph 1.1
      to reflect how the tool will deal with communications between the Authority and the Tenderers.
7.2   All communications should be clearly headed Invitation to Tender for [insert details of Tender
      and reference number as per front sheet of ITT] and include the name, contact details and
      position of the person making the communication.
      Requests for Tender clarifications must be submitted in accordance with the procedure set
      out in paragraph 16 – Queries Relating to Tender.


8     Intention to Submit a Tender
8.1   Tenderers must complete the Invitation To Tender Acknowledgement pro-forma appended to
      the ITT covering letter indicating that they intend to submit a Tender and be bound by the
      Conditions of Tender and return it to [insert name of designated Authority contact] at the
      address provided at paragraph 1.1 above no later than [insert date - xx month 20xx].


      PAGE 31 OF 79
Guidance Note – Ensure consistency with the ITT covering letter
       Guidance Note: if the tendering exercise is to be conducted via an e-tendering tool the above
       paragraph will need to be amended to be consistent with, and cross-referenced to the ITT
       covering letter and paragraph 1.1 to reflect how the tool will deal with communications between
       the Authority and the Tenderers.
8.2    In the event that a Tenderer does not wish to participate further in this procurement exercise,
       the Tenderer should indicate such on the Tender Acknowledgement pro-forma and return it
       with the complete ITT document set to [insert name of designated Authority contact] at the
       address provided at paragraph 1.1 above.
       Guidance Note: if the tendering exercise is to be conducted via an e-tendering tool the above
       paragraph will need to be amended to be consistent with, and cross-referenced to paragraph 1.1
       to reflect how the tool will deal with communications between the Authority and the Tenderers.


9      Preparation of Tender
9.1    Tenderers must obtain for themselves at their own responsibility and expense all information
       necessary for the preparation of Tenders. Tenderers are solely responsible for the costs and
       expenses incurred in connection with the preparation and submission of their Tender and all
       other stages of the selection and evaluation process. Under no circumstances will the
       Authority, or any of their advisers, be liable for any costs or expenses borne by Tenderers,
       sub-contractors, suppliers or advisers in this process.
9.2    Tenderers are required to complete and provide all information required by the Authority in
       accordance with the Conditions of Tender and the Invitation to Tender. Failure to comply with
       the Conditions and the Invitation to Tender may lead the Authority to reject a Tender
       Response.
9.3    The Authority relies on Tenderers' own analysis and review of information provided.
       Consequently, Tenderers are solely responsible for obtaining the information which they
       consider is necessary in order to make decisions regarding the content of their Tenders and
       to undertake any investigations they consider necessary in order to verify any information
       provided to them during the procurement process.
9.4    Tenderers must form their own opinions, making such investigations and taking such advice
       (including professional advice) as is appropriate, regarding the [suppliers/services goods and
       services] and their Tenders, without reliance upon any opinion or other information provided
       by the Authority or their advisers and representatives. Tenderers should notify the Authority
       promptly of any perceived ambiguity, inconsistency or omission in this ITT, any of its
       associated documents and/or any other information issued to them during the procurement
       process.


10     Submission of Tenders
10.1   The Tender must be submitted in the form specified in the Form of Tender instructions in
       Section Two: Schedule One. Failure to do so may render the Response non-compliant and it
       may be rejected.
10.2   The Authority may at its own absolute discretion extend the closing date and the time for
       receipt of Tenders specified in paragraph [insert “10.10” (paper based Tenders) or “10.4”
       (electronic Tenders)].
10.3   Any extension granted under paragraph 10.2 will apply to all Tenderers.


               Insert the following clauses for a paper based tendering exercise:


10.4   Tenderers must submit:




       PAGE 32 OF 79
10.4.1 one original bound priced hard copy of their Tender (clearly marked Master Copy);
       10.4.2 [insert number] priced hard copies of their Tender; and
       10.4.3 [insert number] unpriced hard copies of their Tender.
       All in the form specified in the Form of Tender, The original and the copies must be provided
       on single-side A4 paper, double spaced, in Arial with a minimum size 11 font and securely
       bound and signed by the Tenderer‟s authorised representative.
10.5   In line with Government objectives to achieve ISO14001:2004 (Environmental Management
       Systems), the Authority asks that you do not include any of the following with your Tender:
10.6   Any lever arch folder or ring binder; or any extraneous information that has not been
       specifically requested in the ITT including, for example, sales literature, Tenderers‟ standard
       terms and conditions etc.
10.7   In addition to the hard copies, Tenderers are requested to submit [xx] copies of their
       Response on a CD-Rom with the narrative in Microsoft Word [insert required version] and the
       financial data in Microsoft Excel [insert required version] or in backwardly compatible
       equivalents.
10.8   The Tender and any documents accompanying it must be in the English language.
10.9   Price and any financial data provided must be submitted in or converted into pounds sterling.
       Where official documents include financial data in a foreign currency, a sterling equivalent
       must be provided.




       PAGE 33 OF 79
10.10   An address label that must be used when submitting the Tender Response is enclosed with
        this ITT. Envelopes and packages must bear no reference to the Tenderer by name.
        Tenders are to be returned and received by the Authority at [repeat full name and address as
        set out on the return label referred to in para 10.10] by no later than [insert closing date and
        time for receipt of Tenders].
10.11   Tenders must be received at the reception or if no reception is available in the post room at
        the address above by [insert closing date and time for receipt of Tenders] (“the Deadline”).
        Envelopes and packages should not bear any reference to the Tenderer by name.
        Guidance note – the Authority should provide guidance to Tenderers regarding submission of
        bids personally by hand at the Authority‟s premises. Any internal receipting procedures
        should be clearly set out and clarity of such procedures understood by all persons (including
        Authority staff) likely to be involved in the receipt of Responses. The Authority should also be
        aware of the need to understand the issues associated with receiving large volumes of
        Responses in a busy public area and if possible should test out the receipting procedures
        prior to receipt of Responses.
10.12   Tenders will be received any time up to the deadline stated above. Tenders received before
        this deadline will be retained in a secure environment, unopened until the opening date.
10.13   The Authority does not accept responsibility for the premature opening or mishandling of
        Tenders that are not submitted in accordance with these instructions.


                Insert the following clauses for an eTendering Exercise:


10.4    You must submit your Tender via the Authority‟s e-tendering tool at [insert URL address and
        link] no later than [insert closing date and time for receipt of Tenders] (“the Deadline”).
        Tenders may be submitted at any time before the closing date. Tenders received before this
        deadline will be retained unopened until the opening date.
10.5    The Tender and any documents accompanying it must formatted in ADOBE read only format
        and be in the English language.
10.6    Price and any financial data provided must be submitted in or converted into pounds sterling.
        Where official documents include financial data in a foreign currency, a sterling equivalent
        must be provided.
10.7    The Authority does not accept responsibility for the premature opening or mishandling of
        Tenders that are not submitted in accordance with these instructions.
10.8    Tenderers should not include in the Tender any extraneous information which has not been
        specifically requested in the ITT including, for example, any sales literature, standard terms of
        trading etc.




        PAGE 34 OF 79
11     Canvassing
11.1   Any Tenderer who directly or indirectly canvasses any officer, member, employee, or agent of
       the Authority or its members or any relevant OCB or any of its officers or members
       concerning the establishment of the Framework Agreement or who directly or indirectly
       obtains or attempts to obtain information from any such officer, member, employee or agent
       or concerning any other Tenderer, Tender or proposed Tender will be disqualified.


12     Disclaimers
12.1   Whilst the information in this ITT, Due Diligence Information and supporting documents has
       been prepared in good faith, it does not purport to be comprehensive nor has it been
       independently verified.
12.2   Neither the Authority, nor any relevant OCBs nor their advisors, nor their respective directors,
       officers, members, partners, employees, other staff or agents:
       (a) makes any representation or warranty (express or implied) as to the accuracy,
            reasonableness or completeness of the ITT; or
       (b) accepts any responsibility for the information contained in the ITT or for their fairness,
            accuracy or completeness of that information nor shall any of them be liable for any loss
            or damage (other than in respect of fraudulent misrepresentation) arising as a result of
            reliance on such information or any subsequent communication.
12.3   Any persons considering making a decision to enter into contractual relationships with the
       Authority and/or, as applicable, relevant OCB following receipt of the ITT should make their
       own investigations and their own independent assessment of the Authority and/or, as
       applicable, relevant OCB and its requirements for the [goods/services/goods and services]
       and should seek their own professional financial and legal advice. For the avoidance of doubt
       the provision of clarification or further information in relation to the ITT or any other associated
       documents (including the Schedules) is only authorised to be provided following a query
       made in accordance with paragraph 16 of this Invitation to Tender.
12.4   Any Framework Agreement concluded as a result of this ITT shall be governed by English
       law.


13     Collusive Behaviour
13.1   Any Tenderer who:
       (a) fixes or adjusts the amount of its Tender by or in accordance with any agreement or
           arrangement with any other party; or
       (b) communicates to any party other than the Authority or, as applicable, relevant OCB the
           amount or approximate amount of its proposed Tender or information which would
           enable the amount or approximate amount to be calculated (except where such
           disclosure is made in confidence in order to obtain quotations necessary for the
           preparation of the Tender or insurance or any necessary security); or
       (c) enters into any agreement or arrangement with any other party that such other party
           shall refrain from submitting a Tender; or
       (d) enters into any agreement or arrangement with any other party as to the amount of any
           Tender submitted; or
       (e) offers or agrees to pay or give or does pay or give any sum or sums of money,
           inducement or valuable consideration directly or indirectly to any party for doing or
           having done or causing or having caused to be done in relation to any other Tender or
           proposed Tender, any act or omission, shall (without prejudice to any other civil
           remedies available to the Authority and without prejudice to any criminal liability which
           such conduct by a Tenderer may attract) be disqualified.




       PAGE 35 OF 79
14     No Inducement or Incentive
14.2   The ITT is issued on the basis that nothing contained in it shall constitute an inducement or
       incentive nor shall have in any other way persuaded a Tenderer to submit a Tender or enter
       into the Framework Agreement or any other contractual agreement.


15     Acceptance and Admission to the Framework Agreement
15.1   The Tenderer in submitting the Tender undertakes that in the event of the Tender being
       accepted by the Authority and the Authority confirming in writing such acceptance to the
       Tenderer, the Tenderer will within 30 days of being called upon to do so by the Authority
       execute the Framework Agreements in the form set out in Schedule 6 or in such amended
       form as may subsequently be agreed.
15.2   The Authority shall be under no obligation to accept the lowest or any Tender.




16     Queries Relating to Tender
16.1   All requests for clarification about the requirements or the process of this procurement
       exercise shall be made in accordance with 16.3 of these Instructions.
16.2   The Authority will endeavour to answer all questions as quickly as possible, but cannot
       guarantee a minimum response time. The Public Contracts Regulation 2006 require that
       Contracting Authorities respond to any request for clarification at least 4 days‟ before the
       deadline for receipt of Tenders. In order to satisfy this requirement, the Authority has
       designated a specific window of time to deal with clarification requests from Tenderers
16.3   Clarification requests can be submitted [via e-mail only] to [for paper based tenders only
       insert name and e-mail address of the Authority‟s designated contact point as detailed in para
       1.1] from [insert date]. [for e-tendering based tenders insert nominated “system” contact point]
       from [insert date].
16.4   No further requests for clarifications will be accepted after [insert date approximately two
       weeks prior to the Deadline for the receipt of Tenders]
16.5   In order to ensure equality of treatment of Tenderers, the Authority intends to publish the
       questions and clarifications raised by Tenderers together with the Authority‟s responses (but
       not the source of the questions) to all participants on a regular basis.




       PAGE 36 OF 79
16.6   Tenderers should indicate if a query is of a commercially sensitive nature – where disclosure
       of such query and the answer would or would be likely to prejudice its commercial interests.
       However, if the Authority at its sole discretion does not either; consider the query to be of a
       commercially confidential nature or one which all Tenderers would potentially benefit from
       seeing both the query and Authority‟s response, the Authority will:
       16.6.1 invite the Tenderer submitting the query to either declassify the query and allow the
              query along with the Authority‟s response to be circulated to all Tenderers; or
       16.6.2 request the Tenderer, if it still considers the query to be of a commercially confidential
              nature, to withdraw the query.
16.7   The Authority reserves the right not to respond to a request for clarification or to circulate
       such a request where it considers that the answer to that request would or would be likely to
       prejudice its commercial interests.


17     Amendments to Tender Documents
17.1   At any time prior to the deadline for the receipt of Tenders, the Authority may modify the ITT
       by amendment. Any such amendment will be numbered and dated and issued by the
       Authority to all prospective Tenderers by [insert date which at least two weeks prior to the
       Deadline for the submission of Tenders]. In order to give prospective Tenderers reasonable
       time in which to take the amendment into account in preparing their Tenders, the Authority
       may, at its discretion, extend the Deadline for receipt of Tenders.


18     Late Tenders
18.1   Any Tender received at the designated point after [insert the Deadline for receipt of Tenders
       as per para 10.10 (paper based Tenders) or 10.4 (electronic Tenders)] may be rejected
       unless the Tenderer can provide irrefutable evidence that the Tender was capable of being
       received by the due date and time.


19     Proposed Amendments to the Framework Agreement by the
       Tenderer
19.1   As the Authority is using the restricted procedure as detailed in the Public Contracts
       Regulations 2006 it is prevented from undertaking negotiation of the Framework Agreement.
       However, amendments by Tenderers and/or the Authority to clarify its terms are permitted.
19.2   The Authority will consider proposed amendments strictly on their merits and within the limits
       imposed by the Regulations.
19.3   Any proposed amendments to the Framework Agreement must be detailed separately on the
       Proposed Amendments form included at Schedule 10, and returned with the Tenderer‟s ITT
       Response.
19.4   Where the Authority makes changes to the Framework Agreement as a result of the
       proposals received it will circulate the amended Framework Agreement to all Tenderers.


20     Modification and Withdrawal
20.1   Tenderers may modify their Tender prior to the Deadline by giving notice to the Authority in
       writing or via electronic submission to [insert details of designated Authority contact as per
       para 1.1]. No Tender may be modified subsequent to the Deadline for receipt.
       Guidance note: if the tendering exercise is to be conducted via an e-tendering tool the above
       paragraph will need to be amended to reflect how the tool will deal with communications between
       the Authority and the Tenderers.




       PAGE 37 OF 79
20.2   The modification notice must state clearly how the Authority should implement the
       modification and must be submitted in accordance with the provisions of [paragraph 10.10 (for
       paper based tenders) or 10.4 (for electronic tenders)].
20.3   Tenderers may withdraw their Tender at any time prior to the Deadline or any other time prior
       to accepting the offer of a Framework Agreement. The notice to withdraw the Tender must be
       in writing and sent to the Authority by recorded delivery or equivalent service and delivered to
       the Authority at the address set out in paragraph 1.1 -.General of this Section 2.
       Guidance note: if the tendering exercise is to be conducted via an e-tendering tool the above
       paragraph will need to be amended to reflect how the tool will deal with communications between
       the Authority and the Tenderers.


21     Right to Reject/Disqualify
21.1   The Authority reserves the right to reject or disqualify a Tenderer where:
       (a) the Tenderer fails to comply fully with the requirements of this Invitation to Tender or is
           guilty of a serious misrepresentation in supplying any information required in this
           document; or expression of interest; or PQQ; and/or
       (b) the Tenderer is guilty of serious misrepresentation in relation to its Tender; expression of
           interest; the PQQ and/or the Tender process; and/or
       (c) there is a change in identity, control, financial standing or other factor impacting on the
           selection and/or evaluation process affecting the Tenderer.


22     Right to Cancel, Clarify or Vary the Process
22.1   The Authority reserves the right to:
       (a) amend the terms and conditions of the Invitation to Tender process,
       (b) cancel the evaluation process at any stage; and/or
       (c) require the Tenderer to clarify its Tender in writing and/or provide additional information.
           (Failure to respond adequately may result in the Tenderer not being selected),

23     Customer References [if appropriate]
23.1   Unless already taken up at an earlier stage in the procurement process and after the receipt
       of Tenders, the Authority may visit at least one customer reference site of the Tenderer and
       may seek written references from any other designated customers which are not visited.

24     Notification of Award
24.1   The Authority will notify the successful Tenderer(s) of their admission to the Framework
       Agreement in writing and will publish an Award Notice in the Official Journal of the European
       Union in accordance with the Public Contracts Regulations 2006 within 48 days of the award
       of the contract.

25     Debriefing
25.1   Following the conclusion of the Framework Agreement, all unsuccessful Tenderers will be
       afforded the opportunity of a debriefing. Unsuccessful Tenderers should notify the Authority in
       writing that they wish to be debriefed. The Authority will formally debrief the unsuccessful
       Tenderer within 15 days of receiving such a request.
25.2   Where an unsuccessful Tenderer requests, in writing and no later than midnight on the
       second working day after being informed of the conclusion of the Framework Agreement, the
       reasons why that Tenderer was unsuccessful, the Authority will provide details of the
       characteristics and relative advantages of the successful Tender(s).




       PAGE 38 OF 79
26   Statement of Compliance
     A Statement of Compliance can be found at Section 2, Schedule Five. This will be used by
     the Authority for checking the completeness of all returned Tenders in accordance with the
     said Schedule Five. Tenderers shall ensure a response is provided for each item listed on
     the Statement of Compliance. Failure to do so may result in the Tenderer being disqualified
     from the award process.




     PAGE 39 OF 79
Section 2 – Part B
                Tender Evaluation
                         Version 1.0




PAGE 40 OF 79
27     Introduction
27.1   The Tender process will be conducted to ensure that Tenders are evaluated fairly to ascertain
       the most economically advantageous tender.
       Guidance note – government policy is to award on the basis of value for money, which is the
       optimum combination of quality and whole-life costs to meet the user requirements which,
       when commonly translated, means the most economically advantageous tender or MEAT.
       Guidance note: The OJEU Contract Notice is required to stipulate in section IV.2.1 the
       relevant award criteria Please ensure that the award criteria specified in this ITT is consistent
       with the award criteria published in the relevant OJEU Contract Notice.
       Account will also be taken of any factors which may impact on the Tenderers suitability that
       emerge from the tendering process and relate to information previously provided by the
       Tenderer as part of the pre-qualification process. If the Tenderers circumstances have
       changed significantly from the position stated in the PQQ this may lead to the Tenderer no
       longer being able to participate further in the Tender process.


28     Evaluation of Tenders for selection onto the Framework
28.1   Tenderers Response to the questions contained in the Response Requirement and their
       Response to the Specification along with pricing information and any other information,
       specifically related to the evaluation of Tenders and requested by the Authority in this ITT will
       be evaluated against [insert the number] of high level criteria, details of which can be found in
       Table 2.2 below:


        TABLE 2.2: HIGH LEVEL EVALUATION CRITERIA FOR SELECTION OF PROVIDERS
        ONTO THE FRAMEWORK

        CRITERION            [PERCENTAGE WEIGHTINGS]
                             [PERCENTAGE RANGES]
                             [RANKINGS]

        [insert criterion]   [insert number]% [range of %s] or [ranking of the criterion]

        [insert criterion]   [insert number]% [range of %s] or [ranking of the criterion]

        [insert criterion]   [insert number]% [range of %s] or [ranking of the criterion]

        [insert criterion]   [insert number]% [range of %s] or [ranking of the criterion]

        [insert criterion]   [insert number]% [range of %s] or [ranking of the criterion]

        [insert criterion]   [insert number]% [range of %s] or [ranking of the criterion]



       Guidance note - The Evaluation Criteria must be linked to the subject matter of this
       procurement and could include, in no particular order and, as applicable, a mixture of the
       following criteria:
       Quality, price, technical merit, aesthetic and functional characteristics, sustainability
       characteristics, running costs, cost effectiveness, after sales service, technical assistance,
       delivery date and delivery period and period of completion.
       Exact weightings, a range of weightings (maximum and minimum); or where the Authority is
       of the opinion that it is not possible to provide weightings on objective grounds, an indication
       of the priority of importance in descending order must also be provided in the table above.



       PAGE 41 OF 79
The high level criteria should also be linked to the criteria detailed in Table 3.6 – Mini
       Competition Award Criteria and Weightings.
28.2   Tenderers will be admitted to a Framework Agreement who, in the opinion of the Authority at
       the conclusion of the evaluation, offers the most economically advantageous Tender(s) to the
       Authority having regard to the award criteria set out in table 2.2 above.


               Guidance note – ensure consistency with paragraph 28.1 above


29     Evaluation Process
       Guidance note – the process set out below up to and including Phase 3 can be carried out in
       the traditional manner whereby evaluators read written responses submitted in hard copy.
       They are scored individually and consensus is reached, scores recorded manually etc. The
       same evaluation process can also be applied to responses that are submitted electronically
       via an e-procurement tool. The key differences are in how the process is developed to
       facilitate at desk online viewing of tender documents, how scores are recorded on the online
       evaluation tool, how moderation takes place etc. Persons drafting ITTs need to be aware that
       the “traditional suite” paper response templates and instructions regarding completion of the
       same, compliance checking templates etc and traditional paper evaluation documentation and
       forms will likely need to be developed on specialist templates online in the relevant e-
       tendering tool.
29.1   The evaluation process will feature some, if not all, the following phases:
       29.1.1 Phase 1 – Compliance Checks
       (a) Receipt and Opening
            ITT Responses will be formally logged upon receipt in accordance with the Authority‟s
            procurement procedures. Any ITT Response that is received at the designated point
            after the deadline may be rejected and not considered for evaluation.




       PAGE 42 OF 79
(b) Compliance Check
               A small team from the Authority‟s Procurement/Commercial [Directorate/Division/
               Branch/Team] will then check the Statement of Compliance; completion of which is
               mandatory. Tenderers are required to confirm in the Statement of Compliance that
               they have provided a Response including, where applicable, any evidence requested
               against each of the requirements, as directed, in the Specification, the Technical
               Requirements, the Response Requirements and the Commercial Response
               Requirements. In the event that a Tenderer is unable to provide a positive response
               for any of the requirements, or a detailed reason as to why a positive response
               cannot be given, the Authority may either exclude the Tenderer from further
               participation in the evaluation process or, at its discretion, may seek clarification. In
               the case of the latter, a failure by the Tenderer to provide a satisfactory response
               within the deadline specified in the request for clarification may result in its
               disqualification from the evaluation process.
               The evaluation of Tenders will, as applicable, proceed through some, or all of the
               following phases of evaluation:
       29.1.2 Phase 2 – Independent Evaluation of Tender Responses
          (a) Qualitative/Technical Evaluation
          (b) Quantitative/Commercial Evaluation
       29.1.3 Phase 3 - Moderation of Scores
               Moderation and merging of qualitative and quantitative evaluation scores/rankings to
               produce preliminary ranking
       29.1.4 Phase 4 - Bidder Presentations/Clarification Meetings
       29.1.5 Phase 5 – Customer References [if not taken up as part of the PQQ process]
          (a) Customer Reference Site Visits
          (b) Taking up of written customer references
       29.1.6 Final moderation meeting to moderate and merge scores gathered from Customer
              Reference Site Visits and/or written reference to produce final ranking.
       29.1.7 Evaluation Report and Recommendation
       29.1.8 Approvals


30     Award of Framework Agreement
30.1   The Authority will inform all Tenderers [in writing or via the e-procurement messaging tool] of
       any intention to award a Framework Agreement. Following a minimum standstill period of 10
       calendar days, subject to there being no substantive challenge to that intention, a Framework
       Agreement will be formally awarded to the successful Tenderer(s).




       PAGE 43 OF 79
30.2   All unsuccessful Tenderers will be provided with an “unsuccessful letter “[in writing via email
       or via the e-procurement messaging tool] at the start of the standstill period notifying them of
       the outcome of the evaluation exercise. This will include details of:
          the award criteria;
          the score of the Tenderer;
          the name of the successful Tenderer/s and why that Tenderer was successful;
          the score for the successful Tenderer/s.
30.3   Unsuccessful Tenderers will be able to seek a debrief in accordance with paragraph 25.




       PAGE 44 OF 79
Schedule 1: Form of Tender
TO BE COMPLETED BY THE TENDERER
To:     [Tenderer to insert name and address of Authority]
Date:   [Tenderer to insert date]
PROVISION OF: [Tenderer to insert title of requirements from front sheet of ITT]
REFERENCE NUMBER: Tenderer to insert OJEU Contract Notice reference from front
sheet of ITT]
To: The Authority
From: [Tenderer to insert name of organisation submitting Tender ]
Having examined the Invitation to Tender and all other Schedules, and being fully satisfied in
all respects with the requirements of the ITT (including the Conditions of Tender). I/We hereby
offer to provide [insert details of supply/services/goods and services as per front sheet of ITT]
as specified in Section 3 – Specification and/or Section 4 - Technical Requirements at the
prices shown in the Section 6: Schedule 7 - Charges for the term of [insert number of years
the Framework Agreement is to run for] Guidance note - ensure this accords with the original
OJEU Contract Notice and is not more than 4 years and in accordance with the provisions of
the Framework Agreement. If this offer is accepted I/we will execute documents in the form of
the Framework Agreement within 30 days of being called upon to do so.
** [Paragraph to be inserted if amendments to the ITT or Information Releases have
been issued] - and have taken account of subsequent amendments numbered [insert
number of first amendment] to [insert number of last amendment] inclusive [and/or]]
Information Release [insert number of first Information Release] to [insert number of
last Information Release].
I/We confirm that I/we agree with the Authority in legally binding terms to comply with
the provisions relating to confidentiality set out in paragraphs 3.1 to 3.4 of the
Invitation to Tender.




PAGE 45 OF 79
In compliance with your requirements as set out in your ITT I have completed and
enclose the following documents:



 SECTION TWO: SCHEDULE ONE:
 FORM OF TENDER

 SECTION SIX: SCHEDULE SEVEN:
 CHARGES

 SECTION SIX: SCHEDULE EIGHT:
 COMPANY DETAILS

 SECTION SIX: SCHEDULE NINE:
 REFERENCES

 SECTION SIX: SCHEDULE TEN:
 PROPOSED AMENDMENTS TO THE FRAMEWORK AGREEMENT DOCUMENTS



In compliance with the requirements set out in your Invitation to Tender, which I
confirm I have read and fully understand. I also confirm that I have complied with the
specific requirements set out in the documents detailed in the table below:



 SECTION 2: SCHEDULE TWO:
 COLLUSIVE TENDERING

 SECTION 2: SCHEDULE THREE:
 CANVASSING

 SECTION 2: SCHEDULE FOUR:
 CONFIRMATION OF PQQ SUBMISSION

 SECTION TWO: SCHEDULE FIVE:
 TENDER RESPONSE AND STATEMENT OF COMPLIANCE




PAGE 46 OF 79
This Tender shall remain open for acceptance by the Authority for a period of [insert
number] days as Section 2: Paragraph 5.1 after the due date for return of tenders
specified in the Invitation to Tender.
I warrant that I have all the requisite corporate authority to sign this Tender and confirm
that I have complied with all the requirements set out in Section 2; Schedules 2 to 5
inclusive.



 Signed for and on behalf of the above named Tenderer:


 Signature:
              ......................................................................................................…............


 Position:
              ......................................................................................................….............


 Signature:
              ......................................................................................................….............


 Position:
              ......................................................................................................…..............


 Date:
              ......................................................................................................…...............




PAGE 47 OF 79
Schedule 2: Collusive Tendering
TENDER FOR SUPPLY OF [insert details of supply/services/goods and services as per front
sheet of ITT]
The essence of the public procurement process is that the Authority shall receive bona fide
competitive Tenders from all Tenderers. In recognition of this principle and in signing Schedule 1:
Form of Tender I/we warrant this is a bona fide Tender, intended to be competitive and that I/we
have not fixed or adjusted the amount of the Tender or the rates and prices quoted by or under or
in accordance with any agreement or arrangement with any other party.
I/We also confirm that I/we have not done and undertake that I/we will not do at any time any of
the following acts:
Communicate to a party other than the Authority the amount or approximate amount of my/our
proposed Tender (other than in confidence in order to obtain quotations necessary for the
preparation of the Tender and/or insurance), enter into any agreement or arrangement with any
other party that he shall refrain from tendering or as to the amount of any Tender to be submitted,
or offer or agree to pay or give or pay or give any sum of money inducement or valuable
consideration directly or indirectly to any person for doing or having done or causing or having
caused any act or omission to be done in relation to any other tender or the proposed Tender.
In this Schedule:
the word “person” includes any person, body or association, corporate or incorporate
the phrase “any agreement or arrangement” includes any transaction, formal or informal whether
legally binding or not.




PAGE 48 OF 79
Schedule 3: Canvassing
TENDER FOR SUPPLY OF [insert details of supply/services/goods and services as per front
sheet of ITT]
I/We hereby confirm that I/we have not canvassed any member, officer, employee, or agent of
the Authority or Other Contracting Body in connection with the award of the Frameworks
Agreement for the [goods/services/goods and services] and that no person employed by
me/us or acting on my/our behalf has done any such act.
I/We further hereby undertake that I/we will not prior to the conclusion of the Provider
selection process canvass or solicit any member, employee, agent or provider of the Authority
or Other Contracting Body in connection with the award of the Framework Agreement for the
[goods/services/goods and services] or any proposed Call Off Contract for the provision of the
[goods/services/goods and services] and that no person employed by me/us or acting on
my/our behalf will do any such act.
I/We further acknowledge that, should I/we be appointed as a Provider to the Framework
following the conclusion of the Provider selection process, the Authority will permit me/us to
approach the Authority and/or Other Contracting Body directly in order the promote the
Framework Agreement.




PAGE 49 OF 79
Schedule 4: Confirmation of PQQ Submission
TENDER FOR SUPPLY OF [insert details of supply/services/goods and services as per front
sheet of ITT]
I/ We hereby certify that any statement made in our PQQ submission remains true and
accurate in all material aspects save as specified below: -




PAGE 50 OF 79
Schedule 5: Tender Response and Statement of Compliance

Tenderers to Note:

The Tenderers‟ Response to the Specification (Section 3); the Technical Requirements (Section 4); the Commercial Requirements and Schedules 7, 8, 9 & 10 and
the Statement of Compliance forms the basis against which the Tenderers‟ Response to the ITT will be compliance checked and evaluated. The following
Statement of Compliance provides Tenderers with a list of the key areas within their response that must be addressed. Tenderers shall ensure that their overall
Response includes evidence of providing/addressing all of these areas. Tenderers must ensure that a yes response is given against each area and the table of
Schedules. In the event that a Tenderer is unable to provide a yes response, the Tenderer shall provide a detailed reason as to why a response cannot be given.
The Authority may seek to clarify Responses given by a Tenderer but reserves the right to reject any Tender Response, which fails to meet this initial compliance
check.

The Tenderers‟ response to the ITT should be divided into five sections:

The five sections are:

1.      Executive Summary

2.      Response to the Specification

3.      Response to the Technical Requirements

4.      Response to the Commercial Requirements and completion of Schedules 7, 8, 9 and 10

5.      Completion of the Statement of Compliance




PAGE 51 OF 79
TABLE 1: EXECUTIVE SUMMARY

 The executive summary should focus on the key features of the Tenderer‟s Response including all key assumptions made by the T enderer (but excluding all
 pricing/financial information)

 The objective of the executive summary is to provide the Authority with a clear, concise and complete summary of the Tenderer‟s Response together with an
 insight into the reasoning and rationale behind the Response.

 The executive summary should be no more than 10 pages of A4 text highlighting the key strengths of the Response to demonstrate how the Tender represents
 value for money to the Authority.

 It is intended that the executive summary should provide a useful introduction to the Response for evaluators, as well as senior stakeholders who may not be
 involved in the detailed evaluation.

 Whilst the executive summary will not be formally evaluated, it will be scrutinised for consistency with your Response and clarification will be sought if required.

 The executive summary must only contain information drawn from other areas of your Response and must not contain any new material. Whilst diagrams and
 photographs may be used, they should be high level and should not be used to support other parts of the Response where more detailed information is required.




PAGE 52 OF 79
TABLE 2: RESPONSE TO THE SPECIFICATION (SECTION 3)

 The following table needs to reflect all the elements of the Specification -   Evidence included      Tenderer to cross reference to page number(s) in
 Section 3 which require a Response as detailed in Section 5 (2) -Response      in response (yes/no)   Section 5 (2) (including paragraph number where
 Requirements                                                                                          appropriate).

 Specification            Details of Requirements
 Reference

                         [insert a brief summary of Requirement one from
                         the Specification]

                         [insert a brief summary of Requirement two from
                          the Specification]

                         [insert a brief summary of Requirement three from
                         the Specification] and so on


Guidance note – the table above will populated by the Tenderer cross referencing his responses contained in Section 5 (2)




PAGE 53 OF 79
TABLE 3: RESPONSE TO THE TECHNICAL REQUIREMENTS (SECTION 4)

 The following table needs to reflect all the elements of the Technical     Evidence included in     Tenderer to cross reference to page number(s) in
 Requirements - Section 4 which requires a Response as detailed in          response (yes/no)        Section 5 (3) (including paragraph number where
 Section 5 (3) -Response Requirements                                                                appropriate).

 TR Reference          Details of Requirements

                       [insert a brief summary of Technical Requirement
                       one]

                      [insert a brief summary of Technical Requirement
                       one]

                       [insert a brief summary of Technical Requirement
                       one]


Guidance note – the table above will populated by the Tenderer cross referencing his responses contained in Section 5 (3)




PAGE 54 OF 79
TABLE 4: RESPONSE TO THE COMMERCIAL REQUIREMENTS AND COMPLETION OF SCHEDULES 7, 8, 9 AND 10

                                                  Included (Yes/No)   Comments

        SECTION FIVE: SCHEDULE SEVEN:
        CHARGES

        SECTION FIVE: SCHEDULE EIGHT:
        COMPANY DETAILS

        SECTION FIVE: SCHEDULE NINE:
        REFERENCES

        SECTION FIVE: SCHEDULE TEN:
        PROPOSED AMENDMENTS TO THE
        FRAMEWORK DOCUMENTS (please
        respond with “Yes” even if you have no
        proposed changes to the draft Framework
        Agreement




PAGE 55 OF 79
TABLE 5(a): STATEMENT OF COMPLIANCE

                                              Included (Yes/No)    Comments

        SECTION TWO: SCHEDULE ONE:
        FORM OF TENDER

        TABLE 5(b): CONFIRMATION OF COMPLIANCE WITH:

                                              Compliant (Yes/No)   Comments

        SECTION TWO: SCHEDULE TWO:
        COLLUSIVE TENDERING

        SECTION TWO: SCHEDULE THREE:
        CANVASSING

        SECTION TWO: SCHEDULE FOUR:
        CONFIRMATION OF PQQ SUBMISSION




PAGE 56 OF 79
Section 3
                Specification
                    Version 1.0




PAGE 57 OF 79
The specification for the [goods/services/goods and services] should be inserted here.

VPMO Specification guidance and template documentation




PAGE 58 OF 79
Section 4
                         Technical Requirements
                (including Mandatory Information
                                  Requirements)
                                        Version 1.0




PAGE 59 OF 79
TABLE OF CONTENTS – SECTION 4
1 Introduction                                      61
2 Mandatory and Desireable Requirements             61
3 Mandatory Information Requirements                63




PAGE 60 OF 79
Ogc itt template 1
Ogc itt template 1
Ogc itt template 1
Ogc itt template 1
Ogc itt template 1
Ogc itt template 1
Ogc itt template 1
Ogc itt template 1
Ogc itt template 1
Ogc itt template 1
Ogc itt template 1
Ogc itt template 1
Ogc itt template 1
Ogc itt template 1
Ogc itt template 1
Ogc itt template 1
Ogc itt template 1
Ogc itt template 1
Ogc itt template 1

More Related Content

Similar to Ogc itt template 1

Final standard tender doc
Final standard tender docFinal standard tender doc
Final standard tender doc
drs. ing. George van Bommel MBE, BSc
 
Tenders , Invitation of tender
Tenders , Invitation of tender Tenders , Invitation of tender
Tenders , Invitation of tender
Arpit Sethia
 
Topic 1 - Bidding Documents.pptx
Topic 1 - Bidding Documents.pptxTopic 1 - Bidding Documents.pptx
Topic 1 - Bidding Documents.pptx
VanJasperCastillo
 
Offset obligations in Brazil.ppt
Offset obligations in Brazil.pptOffset obligations in Brazil.ppt
Offset obligations in Brazil.ppt
SonnyIskandar1
 
1015 instructions to tenderers (itt) (0
1015 instructions to tenderers (itt)  (01015 instructions to tenderers (itt)  (0
1015 instructions to tenderers (itt) (0
sanakasa
 
H2020 mga-gga-multi en
H2020 mga-gga-multi enH2020 mga-gga-multi en
H2020 mga-gga-multi en
Carina Rodrigues
 
BIDDING DOCUMENTS IB PROCUREMENT (2).pdf
BIDDING DOCUMENTS IB PROCUREMENT (2).pdfBIDDING DOCUMENTS IB PROCUREMENT (2).pdf
BIDDING DOCUMENTS IB PROCUREMENT (2).pdf
Clarisse301
 
20160826-IRR-RA-9184-procurement-reform (1).pdf
20160826-IRR-RA-9184-procurement-reform (1).pdf20160826-IRR-RA-9184-procurement-reform (1).pdf
20160826-IRR-RA-9184-procurement-reform (1).pdf
catherineCerteza
 
Lec_1_Procurementkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkk
Lec_1_ProcurementkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkLec_1_Procurementkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkk
Lec_1_Procurementkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkk
isaacyirga123
 
Dbc anpe bienes_rm_88 modelo dbc
Dbc anpe bienes_rm_88 modelo dbcDbc anpe bienes_rm_88 modelo dbc
Dbc anpe bienes_rm_88 modelo dbc
jose miguel Flores Gutierrez
 
2021-10-13 Procurement Process-Day 01.pptx
2021-10-13 Procurement Process-Day 01.pptx2021-10-13 Procurement Process-Day 01.pptx
2021-10-13 Procurement Process-Day 01.pptx
RiazMuhammad35
 
BID DOCUMENT.doc
BID DOCUMENT.docBID DOCUMENT.doc
BID DOCUMENT.doc
YitayihAsnake
 
time bar clauses
time bar clausestime bar clauses
time bar clauses
AMILA GAYAN
 
Tenders in professional practice
Tenders in professional practiceTenders in professional practice
Tenders in professional practice
Aditya Sanyal
 
Proj management of site work and locations .pptx
Proj management of site work  and locations .pptxProj management of site work  and locations .pptx
Proj management of site work and locations .pptx
zaki131789
 
Pqq template 1
Pqq template  1Pqq template  1
Pqq template 1
Martin Ellis
 
FIDIC Red Book (PEC 2019).pdf
FIDIC Red Book (PEC 2019).pdfFIDIC Red Book (PEC 2019).pdf
FIDIC Red Book (PEC 2019).pdf
sajidkhan82714
 
Chapter -Two (2).pdf
Chapter -Two (2).pdfChapter -Two (2).pdf
Chapter -Two (2).pdf
mekuannintdemeke
 
Guidelines on The Use of Consultants by Asian Development Bank and Its Borrow...
Guidelines on The Use of Consultants by Asian Development Bank and Its Borrow...Guidelines on The Use of Consultants by Asian Development Bank and Its Borrow...
Guidelines on The Use of Consultants by Asian Development Bank and Its Borrow...
Joy Irman
 
SBD Agora construction tender.pdf
SBD Agora construction tender.pdfSBD Agora construction tender.pdf
SBD Agora construction tender.pdf
ENGJiidhe
 

Similar to Ogc itt template 1 (20)

Final standard tender doc
Final standard tender docFinal standard tender doc
Final standard tender doc
 
Tenders , Invitation of tender
Tenders , Invitation of tender Tenders , Invitation of tender
Tenders , Invitation of tender
 
Topic 1 - Bidding Documents.pptx
Topic 1 - Bidding Documents.pptxTopic 1 - Bidding Documents.pptx
Topic 1 - Bidding Documents.pptx
 
Offset obligations in Brazil.ppt
Offset obligations in Brazil.pptOffset obligations in Brazil.ppt
Offset obligations in Brazil.ppt
 
1015 instructions to tenderers (itt) (0
1015 instructions to tenderers (itt)  (01015 instructions to tenderers (itt)  (0
1015 instructions to tenderers (itt) (0
 
H2020 mga-gga-multi en
H2020 mga-gga-multi enH2020 mga-gga-multi en
H2020 mga-gga-multi en
 
BIDDING DOCUMENTS IB PROCUREMENT (2).pdf
BIDDING DOCUMENTS IB PROCUREMENT (2).pdfBIDDING DOCUMENTS IB PROCUREMENT (2).pdf
BIDDING DOCUMENTS IB PROCUREMENT (2).pdf
 
20160826-IRR-RA-9184-procurement-reform (1).pdf
20160826-IRR-RA-9184-procurement-reform (1).pdf20160826-IRR-RA-9184-procurement-reform (1).pdf
20160826-IRR-RA-9184-procurement-reform (1).pdf
 
Lec_1_Procurementkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkk
Lec_1_ProcurementkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkLec_1_Procurementkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkk
Lec_1_Procurementkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkk
 
Dbc anpe bienes_rm_88 modelo dbc
Dbc anpe bienes_rm_88 modelo dbcDbc anpe bienes_rm_88 modelo dbc
Dbc anpe bienes_rm_88 modelo dbc
 
2021-10-13 Procurement Process-Day 01.pptx
2021-10-13 Procurement Process-Day 01.pptx2021-10-13 Procurement Process-Day 01.pptx
2021-10-13 Procurement Process-Day 01.pptx
 
BID DOCUMENT.doc
BID DOCUMENT.docBID DOCUMENT.doc
BID DOCUMENT.doc
 
time bar clauses
time bar clausestime bar clauses
time bar clauses
 
Tenders in professional practice
Tenders in professional practiceTenders in professional practice
Tenders in professional practice
 
Proj management of site work and locations .pptx
Proj management of site work  and locations .pptxProj management of site work  and locations .pptx
Proj management of site work and locations .pptx
 
Pqq template 1
Pqq template  1Pqq template  1
Pqq template 1
 
FIDIC Red Book (PEC 2019).pdf
FIDIC Red Book (PEC 2019).pdfFIDIC Red Book (PEC 2019).pdf
FIDIC Red Book (PEC 2019).pdf
 
Chapter -Two (2).pdf
Chapter -Two (2).pdfChapter -Two (2).pdf
Chapter -Two (2).pdf
 
Guidelines on The Use of Consultants by Asian Development Bank and Its Borrow...
Guidelines on The Use of Consultants by Asian Development Bank and Its Borrow...Guidelines on The Use of Consultants by Asian Development Bank and Its Borrow...
Guidelines on The Use of Consultants by Asian Development Bank and Its Borrow...
 
SBD Agora construction tender.pdf
SBD Agora construction tender.pdfSBD Agora construction tender.pdf
SBD Agora construction tender.pdf
 

More from Martin Ellis

Small supplier better_value
Small supplier better_valueSmall supplier better_value
Small supplier better_value
Martin Ellis
 
Riskallocationmodel
RiskallocationmodelRiskallocationmodel
Riskallocationmodel
Martin Ellis
 
Ogc guidance on_framework_agreements_sept_08
Ogc guidance on_framework_agreements_sept_08Ogc guidance on_framework_agreements_sept_08
Ogc guidance on_framework_agreements_sept_08
Martin Ellis
 
Remedies guidance 2 - ineffectiveness
Remedies   guidance 2 - ineffectivenessRemedies   guidance 2 - ineffectiveness
Remedies guidance 2 - ineffectiveness
Martin Ellis
 
Remedies guidance 3 - standstill period
Remedies   guidance 3 - standstill periodRemedies   guidance 3 - standstill period
Remedies guidance 3 - standstill period
Martin Ellis
 
Procurement law remedies before and after
Procurement law remedies before and afterProcurement law remedies before and after
Procurement law remedies before and after
Martin Ellis
 
Contract register
Contract registerContract register
Contract register
Martin Ellis
 
Tendering Presentation Plymouth 080910
Tendering  Presentation Plymouth 080910Tendering  Presentation Plymouth 080910
Tendering Presentation Plymouth 080910
Martin Ellis
 
Tendering presentation 280410
Tendering  presentation 280410Tendering  presentation 280410
Tendering presentation 280410
Martin Ellis
 

More from Martin Ellis (9)

Small supplier better_value
Small supplier better_valueSmall supplier better_value
Small supplier better_value
 
Riskallocationmodel
RiskallocationmodelRiskallocationmodel
Riskallocationmodel
 
Ogc guidance on_framework_agreements_sept_08
Ogc guidance on_framework_agreements_sept_08Ogc guidance on_framework_agreements_sept_08
Ogc guidance on_framework_agreements_sept_08
 
Remedies guidance 2 - ineffectiveness
Remedies   guidance 2 - ineffectivenessRemedies   guidance 2 - ineffectiveness
Remedies guidance 2 - ineffectiveness
 
Remedies guidance 3 - standstill period
Remedies   guidance 3 - standstill periodRemedies   guidance 3 - standstill period
Remedies guidance 3 - standstill period
 
Procurement law remedies before and after
Procurement law remedies before and afterProcurement law remedies before and after
Procurement law remedies before and after
 
Contract register
Contract registerContract register
Contract register
 
Tendering Presentation Plymouth 080910
Tendering  Presentation Plymouth 080910Tendering  Presentation Plymouth 080910
Tendering Presentation Plymouth 080910
 
Tendering presentation 280410
Tendering  presentation 280410Tendering  presentation 280410
Tendering presentation 280410
 

Recently uploaded

Liberal Approach to the Study of Indian Politics.pdf
Liberal Approach to the Study of Indian Politics.pdfLiberal Approach to the Study of Indian Politics.pdf
Liberal Approach to the Study of Indian Politics.pdf
WaniBasim
 
How to Create a More Engaging and Human Online Learning Experience
How to Create a More Engaging and Human Online Learning Experience How to Create a More Engaging and Human Online Learning Experience
How to Create a More Engaging and Human Online Learning Experience
Wahiba Chair Training & Consulting
 
IGCSE Biology Chapter 14- Reproduction in Plants.pdf
IGCSE Biology Chapter 14- Reproduction in Plants.pdfIGCSE Biology Chapter 14- Reproduction in Plants.pdf
IGCSE Biology Chapter 14- Reproduction in Plants.pdf
Amin Marwan
 
How to deliver Powerpoint Presentations.pptx
How to deliver Powerpoint  Presentations.pptxHow to deliver Powerpoint  Presentations.pptx
How to deliver Powerpoint Presentations.pptx
HajraNaeem15
 
Temple of Asclepius in Thrace. Excavation results
Temple of Asclepius in Thrace. Excavation resultsTemple of Asclepius in Thrace. Excavation results
Temple of Asclepius in Thrace. Excavation results
Krassimira Luka
 
LAND USE LAND COVER AND NDVI OF MIRZAPUR DISTRICT, UP
LAND USE LAND COVER AND NDVI OF MIRZAPUR DISTRICT, UPLAND USE LAND COVER AND NDVI OF MIRZAPUR DISTRICT, UP
LAND USE LAND COVER AND NDVI OF MIRZAPUR DISTRICT, UP
RAHUL
 
What is Digital Literacy? A guest blog from Andy McLaughlin, University of Ab...
What is Digital Literacy? A guest blog from Andy McLaughlin, University of Ab...What is Digital Literacy? A guest blog from Andy McLaughlin, University of Ab...
What is Digital Literacy? A guest blog from Andy McLaughlin, University of Ab...
GeorgeMilliken2
 
বাংলাদেশ অর্থনৈতিক সমীক্ষা (Economic Review) ২০২৪ UJS App.pdf
বাংলাদেশ অর্থনৈতিক সমীক্ষা (Economic Review) ২০২৪ UJS App.pdfবাংলাদেশ অর্থনৈতিক সমীক্ষা (Economic Review) ২০২৪ UJS App.pdf
বাংলাদেশ অর্থনৈতিক সমীক্ষা (Economic Review) ২০২৪ UJS App.pdf
eBook.com.bd (প্রয়োজনীয় বাংলা বই)
 
Film vocab for eal 3 students: Australia the movie
Film vocab for eal 3 students: Australia the movieFilm vocab for eal 3 students: Australia the movie
Film vocab for eal 3 students: Australia the movie
Nicholas Montgomery
 
Hindi varnamala | hindi alphabet PPT.pdf
Hindi varnamala | hindi alphabet PPT.pdfHindi varnamala | hindi alphabet PPT.pdf
Hindi varnamala | hindi alphabet PPT.pdf
Dr. Mulla Adam Ali
 
C1 Rubenstein AP HuG xxxxxxxxxxxxxx.pptx
C1 Rubenstein AP HuG xxxxxxxxxxxxxx.pptxC1 Rubenstein AP HuG xxxxxxxxxxxxxx.pptx
C1 Rubenstein AP HuG xxxxxxxxxxxxxx.pptx
mulvey2
 
Advanced Java[Extra Concepts, Not Difficult].docx
Advanced Java[Extra Concepts, Not Difficult].docxAdvanced Java[Extra Concepts, Not Difficult].docx
Advanced Java[Extra Concepts, Not Difficult].docx
adhitya5119
 
Constructing Your Course Container for Effective Communication
Constructing Your Course Container for Effective CommunicationConstructing Your Course Container for Effective Communication
Constructing Your Course Container for Effective Communication
Chevonnese Chevers Whyte, MBA, B.Sc.
 
Leveraging Generative AI to Drive Nonprofit Innovation
Leveraging Generative AI to Drive Nonprofit InnovationLeveraging Generative AI to Drive Nonprofit Innovation
Leveraging Generative AI to Drive Nonprofit Innovation
TechSoup
 
B. Ed Syllabus for babasaheb ambedkar education university.pdf
B. Ed Syllabus for babasaheb ambedkar education university.pdfB. Ed Syllabus for babasaheb ambedkar education university.pdf
B. Ed Syllabus for babasaheb ambedkar education university.pdf
BoudhayanBhattachari
 
math operations ued in python and all used
math operations ued in python and all usedmath operations ued in python and all used
math operations ued in python and all used
ssuser13ffe4
 
Présentationvvvvvvvvvvvvvvvvvvvvvvvvvvvv2.pptx
Présentationvvvvvvvvvvvvvvvvvvvvvvvvvvvv2.pptxPrésentationvvvvvvvvvvvvvvvvvvvvvvvvvvvv2.pptx
Présentationvvvvvvvvvvvvvvvvvvvvvvvvvvvv2.pptx
siemaillard
 
Wound healing PPT
Wound healing PPTWound healing PPT
Wound healing PPT
Jyoti Chand
 
Walmart Business+ and Spark Good for Nonprofits.pdf
Walmart Business+ and Spark Good for Nonprofits.pdfWalmart Business+ and Spark Good for Nonprofits.pdf
Walmart Business+ and Spark Good for Nonprofits.pdf
TechSoup
 
Beyond Degrees - Empowering the Workforce in the Context of Skills-First.pptx
Beyond Degrees - Empowering the Workforce in the Context of Skills-First.pptxBeyond Degrees - Empowering the Workforce in the Context of Skills-First.pptx
Beyond Degrees - Empowering the Workforce in the Context of Skills-First.pptx
EduSkills OECD
 

Recently uploaded (20)

Liberal Approach to the Study of Indian Politics.pdf
Liberal Approach to the Study of Indian Politics.pdfLiberal Approach to the Study of Indian Politics.pdf
Liberal Approach to the Study of Indian Politics.pdf
 
How to Create a More Engaging and Human Online Learning Experience
How to Create a More Engaging and Human Online Learning Experience How to Create a More Engaging and Human Online Learning Experience
How to Create a More Engaging and Human Online Learning Experience
 
IGCSE Biology Chapter 14- Reproduction in Plants.pdf
IGCSE Biology Chapter 14- Reproduction in Plants.pdfIGCSE Biology Chapter 14- Reproduction in Plants.pdf
IGCSE Biology Chapter 14- Reproduction in Plants.pdf
 
How to deliver Powerpoint Presentations.pptx
How to deliver Powerpoint  Presentations.pptxHow to deliver Powerpoint  Presentations.pptx
How to deliver Powerpoint Presentations.pptx
 
Temple of Asclepius in Thrace. Excavation results
Temple of Asclepius in Thrace. Excavation resultsTemple of Asclepius in Thrace. Excavation results
Temple of Asclepius in Thrace. Excavation results
 
LAND USE LAND COVER AND NDVI OF MIRZAPUR DISTRICT, UP
LAND USE LAND COVER AND NDVI OF MIRZAPUR DISTRICT, UPLAND USE LAND COVER AND NDVI OF MIRZAPUR DISTRICT, UP
LAND USE LAND COVER AND NDVI OF MIRZAPUR DISTRICT, UP
 
What is Digital Literacy? A guest blog from Andy McLaughlin, University of Ab...
What is Digital Literacy? A guest blog from Andy McLaughlin, University of Ab...What is Digital Literacy? A guest blog from Andy McLaughlin, University of Ab...
What is Digital Literacy? A guest blog from Andy McLaughlin, University of Ab...
 
বাংলাদেশ অর্থনৈতিক সমীক্ষা (Economic Review) ২০২৪ UJS App.pdf
বাংলাদেশ অর্থনৈতিক সমীক্ষা (Economic Review) ২০২৪ UJS App.pdfবাংলাদেশ অর্থনৈতিক সমীক্ষা (Economic Review) ২০২৪ UJS App.pdf
বাংলাদেশ অর্থনৈতিক সমীক্ষা (Economic Review) ২০২৪ UJS App.pdf
 
Film vocab for eal 3 students: Australia the movie
Film vocab for eal 3 students: Australia the movieFilm vocab for eal 3 students: Australia the movie
Film vocab for eal 3 students: Australia the movie
 
Hindi varnamala | hindi alphabet PPT.pdf
Hindi varnamala | hindi alphabet PPT.pdfHindi varnamala | hindi alphabet PPT.pdf
Hindi varnamala | hindi alphabet PPT.pdf
 
C1 Rubenstein AP HuG xxxxxxxxxxxxxx.pptx
C1 Rubenstein AP HuG xxxxxxxxxxxxxx.pptxC1 Rubenstein AP HuG xxxxxxxxxxxxxx.pptx
C1 Rubenstein AP HuG xxxxxxxxxxxxxx.pptx
 
Advanced Java[Extra Concepts, Not Difficult].docx
Advanced Java[Extra Concepts, Not Difficult].docxAdvanced Java[Extra Concepts, Not Difficult].docx
Advanced Java[Extra Concepts, Not Difficult].docx
 
Constructing Your Course Container for Effective Communication
Constructing Your Course Container for Effective CommunicationConstructing Your Course Container for Effective Communication
Constructing Your Course Container for Effective Communication
 
Leveraging Generative AI to Drive Nonprofit Innovation
Leveraging Generative AI to Drive Nonprofit InnovationLeveraging Generative AI to Drive Nonprofit Innovation
Leveraging Generative AI to Drive Nonprofit Innovation
 
B. Ed Syllabus for babasaheb ambedkar education university.pdf
B. Ed Syllabus for babasaheb ambedkar education university.pdfB. Ed Syllabus for babasaheb ambedkar education university.pdf
B. Ed Syllabus for babasaheb ambedkar education university.pdf
 
math operations ued in python and all used
math operations ued in python and all usedmath operations ued in python and all used
math operations ued in python and all used
 
Présentationvvvvvvvvvvvvvvvvvvvvvvvvvvvv2.pptx
Présentationvvvvvvvvvvvvvvvvvvvvvvvvvvvv2.pptxPrésentationvvvvvvvvvvvvvvvvvvvvvvvvvvvv2.pptx
Présentationvvvvvvvvvvvvvvvvvvvvvvvvvvvv2.pptx
 
Wound healing PPT
Wound healing PPTWound healing PPT
Wound healing PPT
 
Walmart Business+ and Spark Good for Nonprofits.pdf
Walmart Business+ and Spark Good for Nonprofits.pdfWalmart Business+ and Spark Good for Nonprofits.pdf
Walmart Business+ and Spark Good for Nonprofits.pdf
 
Beyond Degrees - Empowering the Workforce in the Context of Skills-First.pptx
Beyond Degrees - Empowering the Workforce in the Context of Skills-First.pptxBeyond Degrees - Empowering the Workforce in the Context of Skills-First.pptx
Beyond Degrees - Empowering the Workforce in the Context of Skills-First.pptx
 

Ogc itt template 1

  • 1. ITT Template & Guidance Version 1.0
  • 2. [INSERT NAME OF AWARDING AUTHORITY AS PUBLISHED IN THE RELEVANT OJEU CONTRACT NOTICE] INVITATION TO TENDER FOR [INSERT TITLE OF REQUIREMENT AS PUBLISHED IN THE RELEVANT OJEU CONTRACT NOTICE] REFERENCE NUMBER [INSERT REFERENCE NUMBER AS PUBLISHED IN THE RELEVANT OJEU CONTRACT NOTICE e.g. 2007/s – xx/xxxxx] PAGE 2 OF 79
  • 3. TABLE OF CONTENTS Section 0 - Preface 4 Section 1 - Background 9 Part A - Background 11 Part B - Overview of the Invitation to Tender and the Procurement Process 14 Section 2 – Tendering Process 24 Part A – Instructions to Tenderers 26 Part B – Tender Evaluation 39 Schedule 1-5 45 Section 3 - Specification 57 Section 4 – Technical Requirements (including Mandatory Information Requirements) 59 Section 5 – Response Requirements 64 Section 6 – Commercial Response Requirements 70 PAGE 3 OF 79
  • 4. Section 0 Preface Version 1.0 PAGE 4 OF 79
  • 5. TABLE OF CONTENTS – SECTION 0 1 Glossary 5 2 Table of Abbreviations 7 3 Structure of the ITT Document 8 PAGE 5 OF 79
  • 6. 1 Glossary USE A TABLE OF DEFINITIONS PRECEDED WITH THE FOLLOWING WORDING: “Unless the context otherwise requires, the following words and expressions used within this Invitation to Tender shall have the following meanings:” TERM MEANING “Authority” means [insert the name of the Awarding Authority e.g. Department for Transport] Guidance note - You should note that that the Authority may be different from the legal person in whose name the framework is entered into. For example, framework agreements for the Home Office will normally be entered into by the Secretary of State for the Home Department. “Call Off Contract” means the document set out in Schedule [XX] of the draft Framework Agreement contained in Section 6, Schedule 6 of this ITT “Competed means the competed [goods] [services] which will be Ordered [Goods][Services] from the Framework Agreement following a Mini-Competition and are set out at Schedule 1 of the Framework Agreement “Conditions of means the terms and conditions set out in this ITT relating to Tender” the submission of a Tender “Contracting Bodies” Means the Authority and any other contracting authorities described in the OJEU Contract Notice “Direct Award” means the award of a Call Off Contract by application of the terms laid down in the Framework Agreement without re- opening competiton “Due Diligence means the background and supporting documents and Information” information provided by the Authority for the purpose of better informing the Tenderers‟ responses to this Invitation to Tender "EIR" mean the Environmental Information Regulations 2004 together with any guidance and/or codes of practice issued by the Information Commissioner or relevant Government department in relation to such regulations FoIA means the Freedom of Information Act 2000 and any subordinate legislation made under such Act from time to time together with any guidance and/or codes of practice issued by the Information Commissioner or relevant Government department in relation to such legislation “Framework means the agreement (as set out in Section 6, Schedule 6 of Agreement” this ITT) to be entered by the Authority and the Provider(s) following any award under the procurement exercise “Invitation to Tender” means this invitation to tender documentation and all related or “ITT” documents published by the Authority and made available to Tenderers and includes the Due Diligence Information. “Lot” means a discrete sub-division of the requirements “Mini-competition” means the award of a Call Off Contract by re-opening competiton between the Providers appointed to the Framework Agreement and which are capable of performing the proposed contract “OJEU Contract means the advertisement [insert reference number and date] Notice” issued in the Official Journal of the European Union “Order” means an order for [goods/services or goods and services] served by any Contracting Body on the Provider “Other Contracting means all Contracting Bodies except the Authority Bodies” “Provider” means the organisation(s) admitted to the Framework Agreement “Public Buying means a duly constituted public sector organisation which PAGE 6 OF 79
  • 7. Organisation” procures goods/services for and on behalf of contracting authorities “Standard means the [goods][services] set out at Schedule 1 of the [Goods]/[Services]” Framework Agreement “Tender”, “Response”, means the Tenderers formal offer in response to this Invitation “Tender Response”, to Tender “Tendered Response” or “ITT Response” “Tenderers” means the organisations being invited to respond to this Invitation to Tender Where applicable Guidance Notes will appear throughout this document and will always be in BLUE text. They are solely to assist/advise the person drafting an ITT and as such MUST be removed from the ITT document PRIOR to issue to Tenderers. Guidance Note for drafters any Guidance Notes, Drafter‟s Notes (DNs) Drafters Questions (DQs) and/or text in italics must be removed (and where appropriate replacement drafting inserted) prior to the ITT document being issued to Tenderers Guidance Note - other definitions may be added as applicable. Defined terms must always start with an upper case letter eg Tenderers or Invitation to Tender as indicated in the table above. THE GLOSSARY CAN BE SUPPLEMENTED WITH THE CONVENTION THAT A WORD OR PHRASE IS SPECIFIED IN THE DOCUMENT THE FIRST TIME IT IS USED AND THEN NOTED AS SUCH IN INVERTED COMMAS AND BOLD AS FOR EXAMPLE – Persons responding to this document (“Tenderers”) or The Department for Work and Pensions (“the Authority”) Guidance Note - throughout the ensuing document all defined terms must start with an upper case letter eg Tenderers or the Authority. ABBREVATIONS MAY ALSO BE USED THUS- Department for Work and Pensions (“DWP”) Guidance Note – it may be helpful to Tenderers if a glossary of abbreviations is provided (see below). 2 Table of Abbreviations In this Invitation to Tender the following abbreviations are ascribed the meanings detailed in the table below ABBREVIATION MEANS ITT Invitation to Tender KPI Key Performance Indicator MI Management Information OCB Other Contracting Body OGC Office of Government Commerce OJEU Official Journal of the European Union PBO Public Buying Organisation PAGE 7 OF 79
  • 8. 3 Structure of the ITT Document Covering Letter for Invitation to Tender Acknowledgement Letter Section 0 Preface (A) Background Section 1 Background (B) Overview of the ITT and the Procurement Process (A) Instructions To Tenderers Section 2 (B) Tender Evaluation: Tendering Process Schedules 1 to 5 Section 3 Specification Section 4 Technical Requirements Section 5 Response Requirements Section 6 Commercial Response Requirements PAGE 8 OF 79
  • 9. Section 1 Background Version 1.0 PAGE 9 OF 79
  • 10. TABLE OF CONTENTS – SECTION 1 Part A - Background 11 1 Introduction 12 2 The Authority 12 3 OGC 13 4 Other Contracting Bodies 13 5 Use of Electronic Tendering Tool 14 6 Marketing of the Framework 14 Appendix 1 14 Part B- Overview of the Invitation to Tender and the Procurement Process 14 1 Introduction 16 2 Proposed Framework Agreement – Single Provider 17 2 Proposed Framework Agreement – Multiple Providers 17 3 Lots 19 4 Orders Under Multiple Provider Frameworks 22 PAGE 10 OF 79
  • 11. Section 1 – Part A Background Version 1.0 PAGE 11 OF 79
  • 12. 1 Introduction 1.1 [AUTHORITY TO INSERT DETAILS OF WHY THE PROCUREMENT IS TAKING PLACE AND PROVIDE DETAILS OF OJEU NOTICE] for example HM Revenue and Customs (HMRC) working with the Office of Government Commerce (OGC) and the Other Contracting Bodies named in OJEU Notice 2007/s xx-xxxxx dated xx February 20xx are looking for a Provider(s) [OR x NUMBER OF PROVIDERS – AS SPECIFIED IN THE OJEU NOTICE REFERRED TO ABOVE] to be appointed onto a Pan Government Framework Agreement for the supply of [THE GOODS OR SERVICES OR GOODS AND SERVICES AS SPECIFIED IN THE OJEU NOTICE REFERRED TO ABOVE]. The UK Government currently procures XXX of XXX OR SPENDS AN ESTIMATED £XXX MILLION ON THE SUPPLY OF XXX OR PROVISION OF XXX SERVICES. 2 The Authority 2.1 [AUTHORITY TO INSERT BACKGROUND DETAILS OF ITS ORGANISATION] for example HMRC is a Government Department that was created in April 2005 it brought together the functions of HM Customs and Excise and the Inland Revenue. HMRC employs approximately 100,000 people, about a fifth of the entire Civil Service, across more than 300 locations and some 900 offices. Its responsibilities include:  Income, Corporation, Capital Gains, Inheritance, Insurance Premium, Stamp, Land and Petroleum Revenue Taxes  VAT, Excise Duties, Customs Duties and frontier protection  Environmental taxes: climate change and aggregates levy and landfill tax  National Insurance  Tax Credits  Child Benefit and the Child Trust Fund  Enforcement of the National Minimum Wage  Recovery of Student Loan repayments Additional general information about HMRC can be found on www.hmrc.gov.uk 2.2 The Authority, shall actively manage the resulting Framework Agreements, key activities including: contract review meetings; KPI management and analysis of management information provided [OTHER FUNCTIONS TO BE ADDED AS APPLICABLE]. [OR IF ANY OTHER AUTHORITY OR PUBLIC BUYING ORGANISATION ARE GOING TO MANAGE THE RESULTING FRAMEWORK SUBSTITUTE THEIR NAME FOR THE AUTHORITY. A STATEMENT OF RELATIONSHIP BETWEEN THE PBO, THE AUTHORITY, OTHER CONTRACTING BODIES AND PROVIDERS IN THE OPERATION OF THE FRAMEWORK INCLUDING CUSTOMER ACCESS PROCEDURES (IF ANY) AND CONTRACT MANAGEMENT RESPONSIBILITIES (E.G. SANCTIONS, MANAGEMENT INFORMATION ANALYSIS, CO-ORDINATING PROVIDER AND CUSTOMER ISSUES)] WILL NEED TO BE INCLUDED HEREOR PAGE 12 OF 79
  • 13. [IF IT IS TO BE A JOINT APPROACH TO CONTRACT/PROVIDER RELATIONSHIP MANAGEMENT SET OUT DETAILS OF THE ORGANISATIONS INVOLVED AND AS ABOVE AND THEIR RESPECTIVE ROLES] 3 OGC 3.1 [OGC TO PROVIDE UP TO DATE NARRATIVE FOR THIS SECTION] 4 Other Contracting Bodies (OCBs) 4.1 The Framework Agreement will be available for use by OCBs throughout the whole of the UK, including Northern Ireland, Scotland and Wales [AMEND GEOGRAPHICAL COVERAGE WHERE APPROPRIATE] as described in the OJEU Contract Notice. Any OCB described in the OJEU Contract Notice may utilise the resulting Framework Agreement from the commencement date. Guidance note – the lead Authority should validate potential usage of the Framework Agreement by the different sectors of the public arena. Whilst the OJEU may have been widely drafted to enable Framework Agreement to be used by wide range of other Other Contracting Bodies it may be appropriate to be more specific in the ITT. If further analysis work has been undertaken and it is evident that some sectors of the public arena are highly unlikely to use the Framework the drafting above should be amended to bring such exclusions to the attention of Providers. However under no circumstances can the original scope of the OJEU Contract Notice be widened encompass areas of the public sector previously omitted. 4.2 A list of OCBs [WHO HAVE EXPRESSED AN INTEREST/COMMITTED TO USING THE FRAMEWORK] can be found at Appendix One of this document. Once established the Framework will be actively marketed to attract take up by additional Contracting Bodies beyond those specified in Appendix One. PAGE 13 OF 79
  • 14. 5 Use of Electronic Tendering Tool [IF APPLICABLE] 5.1 The Authority is utilising an electronic tendering tool to manage this procurement and communicate with Tenderers. Accordingly, there will be no hard copy documents issued to Tenderers and all communications with the Authority including the submission of Tenderers responses will be conducted via [insert name of proprietary electronic tool being used and link to URL address.] 6 Marketing of the Framework [AUTHORITY TO INSERT DETAILS OF HOW THE FRAMEWORK WILL BE MARKETED – WHEREVER POSSIBLE INCLUDE A HIGH LEVEL MARKETING PLAN. THIS SHOULD INCLUDE ANY DETAILS OF MARKETING THAT THE AUTHORITY EXPECTS THE SUCCESSFUL TENDERER(S) TO PARTICIPATE IN OR UNDERTAKE.] Guidance Note: Any marketing by the Authority must take into account the estimated value of services/goods to be procured under the Framework Agreement, as advertised in the OJEU Contract Notice. Appendix 1 [INSERT LIST OF ANTICIPATED/COMMITTED OTHER CONTRACTING BODIES – WHERE APPROPRIATE INCLUDE ANY SPEND, VOLUMES AND THE POTENTIAL ACCESS DATES IF THE THE OCB IS ALREADY IN A CONTRACTUAL ARRANGEMENT WHICH EXPIRES BEYOND THE ANTICIPATED START DATE OF THE FRAMEWORK AGREEMENT] Tenderers should note that the details of spend, volumes and potential access dates set out in this Appendix are estimates only. They are not intended to provide any commitment as to the number or value of contracts that the Authority and OCBs may purchase using this Framework Agreement. OCBs are under no obligation to join the framework and may decide not to do so. The Framework Agreement is non-exclusive: the Authority and OCBs give no undertaking that they will purchase the whole or any of their requirement for [goods/services or goods and services] through this arrangement. PAGE 14 OF 79
  • 15. Section 1 – Part B Overview of the Invitation to Tender and the Procurement Process Version 1.0 PAGE 15 OF 79
  • 16. 1 Introduction 1.1 The Authority wishes to establish a [insert either single Provider or multi-Provider] Framework Agreement for the provision of [insert a short description of the goods or services or goods and services]. The Authority is managing this procurement process in accordance with the Public Contracts Regulations 2006 (the “Regulations”). This is a [goods/services/goods and services] Framework Agreement being procured under the restricted procedure. 1.2 The Authority is procuring the Framework Agreement as a central purchasing body for itself and Other Contracting Bodies. This means that OCBs referred to in the OJEU Notice may also participate in the Framework Agreement. 1.3 The Authority received completed Pre-Qualification Questionnaires from potential providers and has evaluated minimum standards of technical or professional ability and economic and financial standing. All those potential providers who were shortlisted following the evaluation of the PQQ have been issued with the ITT. Guidance note – if the lead authority considers there to be commercial advantage in disclosing details of which other organisations have also been sent the ITT the above paragraph should be amended and a list of organisations invited to tender inserted. 1.4 Section 2 contains the Instructions to Tenderers and the conditions of this ITT. 1.4.1 There are also a number of certificates contained in the Schedules at Section 2 for you to confirm the basis on which your Tender is submitted. 1.4.2 In addition, Section 2 contains a checklist for you to use to check that you have included the correct information that you should complete and return with the Tender Response. 1.5 Section 3 contains the Specification. 1.6 Section 4 contains the Technical Requirements. 1.7 Section 5 contains the Response Requirements. This sets out how the Tenderer must respond to the Specification and the Technical Requirements. 1.8 Section 6 contains the Commercial Response Requirements including a copy of the proposed Framework Agreement. 1.9 Prior to commencing formal evaluation, Tender Responses will be checked to ensure they are fully compliant with the conditions of Tender. Non-compliant Tender Responses may be rejected by the Authority. Tender Responses which are deemed by the Authority to be fully compliant will proceed to evaluation. These will be evaluated using the selection criteria and weightings detailed in the matrix set out at paragraph 2 of Section 2 (B). Guidance note - where the Authority reserves to itself a discretion under this ITT, it should exercise that discretion properly, fairly and not unreasonably. It should endeavour to treat Tenderers equally throughout the process. PAGE 16 OF 79
  • 17. 1.10 Following evaluation of the compliant Tenders and approval of the outcome the Authority intends to appoint [insert as applicable, and depending on whether the Framework is to be either single or multi Provider, one or [insert number] successful Providers] to enter into a Framework Agreement. 1.11 Whilst it is the Authority‟s [and any relevant Other Contracting Bodies] intention to purchase the majority of its [goods/services/goods and services] under this Framework Arrangement from the Providers appointed this does not confer any exclusivity on the appointed Providers. The Authority and any relevant Other Contracting Bodies reserve the right to purchase any [goods/services/goods and services] (including those similar to the [goods/services/goods and services] covered by this procurement) from any provider outside of these Framework Agreements. Guidance note – the Authority needs to consider whether the above statement is applicable to the procurement exercise they are engaged on and whether it can make this statement on behalf of OCBs. If the Procurement Strategy or Sourcing Strategy has concluded that the Framework will meet all potential requirements across the public sector and there will be no opportunity for Contracting Bodies to procure their requirements outside of the proposed Framework Agreement the above paragraph should be amended to make it clear this will be the case. 2 Proposed Framework Agreement – Single Provider [if applicable] Guidance note – The Procurement Strategy or Sourcing Strategy should specify whether the aim of the procurement is to appoint a single Provider or multiple Providers to fulfill all the requirements. In this context it is crucial to check what was specified in the OJEU Contract Notice - Section II.1.4 which will have been either “several operators” or “a single operator” insert the relevant paragraph from those detailed below. 2.1 It is the Authority‟s intention to enter into a Framework Agreement with a single Provider. Guidance note - Where a Framework Agreement is concluded with just one Provider, Call Off Contracts under the Framework Agreement should be awarded within the terms laid down in the agreement. It is the same principle as that applying to a normal contract, except that, with a Framework Agreement, there will be an interval between the awarding of the framework itself and the calling-off of the goods/services/goods and services under it. The Framework Agreement has been drafted on the basis that the Authority will appoint multi suppliers to the framework and it will need to be amended prior to dispatch of the ITT if the Authority intends to award a single supplier framework. 2.2 The Authority reserves the right not to conclude a Framework Agreement as a result of the current procurement process. OR 2 Proposed Framework Agreement – Multiple Providers [if applicable] 2.1 It is the Authority‟s intention to enter into a Framework Agreement with more than one Provider. 2.2 For the purposes of this Framework Agreement the Authority has classified the [goods/services/or goods and services] as Standard [Goods]/[Services] and Competed [Goods]/[Services]. PAGE 17 OF 79
  • 18. The Standard [Goods]/ [Services] are described in Lot numbers [insert lot numbers]. The Competed [Goods]/[Services] are described in Lot numbers [insert lot numbers]. 2.3 Call Off Contracts for Standard [Goods]/[Services] will be awarded by Direct Award i.e without re-opening competition and Call Off Contracts for Competed [Goods] / [Services] will be awarded following a Mini-Competition. These processes are explained in more detail below. 2.4 Call Off Contracts, whether as a result of Direct Award or following Mini-Competition will be formed by the issue of an Order by the Authority or relevant OCB, to the Provider and acceptance by the Provider of such an Order. The Call Off Contract will be on the terms specified in the Framework Agreement - Schedule 6, supplemented as appropriate by such details as price and quantity which will be specified in the Order. Guidance Note The Authority will need to consider which goods/services will be capable of being awarded on the terms laid down in the framework agreement (Standard Goods/Services) by way of Direct Award and those goods /services where the terms are not precise enough and will be subject to a Mini-Competition (Competed Goods/Services). Direct Award The Direct Award of a Call Off Contract is permitted where the terms laid down in the Framework Agreement are sufficiently precise to cover the particular Call Off Contract. Where the Authority plans to award contracts without re-opening competition, then the Framework Agreement must include a mechanism, which should be followed by the Authority and OCBs. The mechanism for Direct Award of a Call-Off Contract contained in the Framework Agreement requires the Authority/OCB to apply the criteria, which were originally applied by the Authority when awarding the Framework Agreement. These will be set out at Schedule 2 of the Framework Agreement. It is permissible not to apply an award criterion if it is not relevant to the Call–Off Contract (for example, where the original criteria requires the Provider to show that it can supply the [goods/services/goods and services] nationwide, but the OCB is only concerned with supply on a local level). Therefore, the Authority must give careful consideration to the Framework award criteria to ensure that not only are they suitable for use when appointing Providers to the Framework, but that the criteria will also allow the Authority/OCB to call-off contracts. In order for an OCB to be able to apply the original criteria, the lead Authority will have to ensure that they are able to supply OCBs with all necessary information to ensure that it can apply the criteria correctly. Such information could include the applicable quality standards, price and the statement of requirements or specification. The Authority will need to consider whether there is any justification for allowing limited flexibility in the award criteria weightings used for the Direct Award. A potential approach would be to allow a 10% range between the minimum and maximum weighting for each award criterion. This would then allow OCBs some discretion when applying the award criteria at Direct Award. The Regulations do not specify how Call Off Contracts should be awarded without re-opening competition and the approach set out above is one suggested option. Another method for Direct Awards is to use a “cascade” approach. This means that all Providers are ranked at Framework award stage (by application of the award criteria) and Call-Off Contracts are then awarded to the highest-ranking Provider available in the relevant lot. If that Provider is not able to undertake the Call-Off Contract then it will be awarded to the Provider ranked second and so on. If the Authority wishes to use the “cascade” approach for awarding Call-Off Contracts, it will be necessary to amend the model Framework Agreement. PAGE 18 OF 79
  • 19. Please note that a “catalogue shopping” approach i.e. free choice of a supplier under a framework is not permissible. The Authority/OCB must use the mechanism laid down in the Framework Agreement before choosing a Provider under Direct Award. Re-opening Competition Where not all of the terms are laid down in the Framework Agreement, a Call-Off Contract can be awarded using a Mini-Competition. When re-opening competition in this way, it is important to understand this does not mean that basic terms can be renegotiated, or that the specification or statement of requirements used in setting up the Framework Agreement can be changed. It is more a matter of supplementing or refining the basic terms to reflect particular circumstances. The terms which may be refined include the following:  particular delivery timescales;  particular invoicing arrangements and payment profiles;  additional security needs;  incidental charges;  particular associated services, eg installation, maintenance and training;  particular mixes of quality systems and rates;  particular mixes of rates and quality;  where the terms include a price mechanism;  individual special terms (e.g. specific to the particular goods/services/goods and services that will be provided to meet a particular requirement under the Framework Agreement). When awarding a Call-Off Contract using a Mini-Competition, the Authority/OCB should generally use the criteria laid down by the Authority for the award of the Framework Agreement. If necessary, the award criteria used for the Mini-Competition can be different to the original award criteria but they should be related. For Mini-Competitions it is possible for the Authority/OCB to vary the weightings given to each of the criteria provided this is set out clearly in the invitation to tender for the Mini-Competition. The Mini-Competition must include all Providers who have been admitted to the Framework Agreement who are capable of performing the particular Call-Off Contract. Often, this will mean that all Providers admitted to the Framework Agreement, or, where the requirement has been divided into Lots, all Providers appointed to a particular Lot. 2.5 The Authority reserves the right not to conclude any Framework Agreement(s) as a result of the current procurement process. 3 Lots [if applicable] Guidance note - number of Providers - check for consistency with the OJEU Contract Notice - section II.1.4 that “several operators” was specified and if so the number specified or the maximum number of providers envisaged in each Lot. Guidance note – cross-check with the OJEU Contract Notice - section II.1.8 whether it was specified that the [goods/services/goods and services] were to be divided into Lots, or that the right was reserved to divide the requirement into Lots under section II.2.1. PAGE 19 OF 79
  • 20. Guidance note – If the Procurement Strategy or Sourcing Strategy concluded that the framework would involve multiple Providers, then subject to the wording of the OJEU Contract Notice consideration should be given to whether the requirement should be divided into separate Lots with one or more Lot(s) containing standard [goods/services/goods and services] with Direct Award of Call Off Contracts and a separate Lot(s) for non standard (competed) requirements i.e. where there is variability of the standard offering or where the terms laid down in the Framework Agreement are not precise enough for the particular Call Off Contract . These should then be listed by the Authority as the Standard Goods/Services and Competed Goods/Services in Schedule 1 of the Framework Agreement. Guidance note - In running Mini-Competitions Contracting Bodies should take note of the extent to which changes to requirements and/or the terms of the Framework Agreement can be modified under the Regulations. PAGE 20 OF 79
  • 21. 3.1 The [goods/services/goods and services] covered by this procurement exercise have been sub-divided into [insert number] categories (referred to in the OJEU Contract Notice as “Lots”), namely: LOT DESCRIPTION METHOD OF AWARD OF CALL OFF CONTRACTS LOT 1 [insert description of the Lot] [insert method by which Call Off Contracts will be awarded – either Direct Award or by Mini-Competition”] LOT 2 -ditto- -ditto- LOT 3 -ditto- -ditto- LOT 4 -ditto- -ditto- LOT 5 -ditto- -ditto- LOT 6 -ditto- -ditto- 3.2 The Authority anticipates that it will enter into a Framework Agreement with between [[insert number] of Providers] or [a maximum of [insert number] of Providers] for each of the Lots. Guidance note – the above paragraph may need to be amended to reflect the number of Providers which the Authority intends to enter into the Framework Agreement with in respect of each of the Lots. 3.3 Following the outcome of the evaluation of PQQ responses Tenderers have previously been notified which of the Lots they will be invited to Tender for. 3.4 [The Call-Off Contracts may contain different provisions for each Lot]. Guidance note – if this is indeed the case the Call Off Contract terms and conditions must be duly amended prior to the dispatch of the ITT and the Tenderer‟s attention drawn the relevant changes and details provided which Lot(s) the changes are applicable to. 3.5 It is intended that each time the Authority (and/or any Other Contracting Body) re-opens competition and runs a mini competition for the award of a Call Off Contract under the multi Provider Framework then the award decision will be based on the following criteria: Guidance note - the competed goods/services award criteria to be applied to tenders evaluated under any mini competition must be related to the original criteria used to award the Framework Agreements and will be set out at Schedule 2 of the Framework Agreement. PAGE 21 OF 79
  • 22. TABLE 3.6 – COMPETED GOODS/SERVICES AWARD CRITERIA AND WEIGHTINGS LOT CRITERIA FOR MINI WEIGHTINGS COMPETITIONS UNDER THE MULTI-PROVIDER FRAMEWORK LOT 1 [insert proposed mini competition To be set by Authority/OCB conducting evaluation criteria as specified in the mini-competiton original OJEU Notice or as otherwise modified for this ITT] [insert proposed mini competition To be by Authority/OCB conducting mini- LOT 2 evaluation criteria as specified in the competition original OJEU Notice or as otherwise modified for this ITT] [insert proposed mini competition To be set by Authority/OCB conducting LOT 3 evaluation criteria as specified in the mini-competition original OJEU Notice or as otherwise modified for this ITT] [insert proposed mini competition To be by Authority/OCB conducting mini- LOT 4 evaluation criteria as specified in the competition original OJEU Notice or as otherwise modified for this ITT] [insert proposed mini competition To be set by Authority/OCB conducting LOT 5 evaluation criteria as specified in the mini-competition original OJEU Notice or as otherwise modified for this ITT] 3.7 The Authority and the relevant Other Contracting Bodies reserve the right to use reverse electronic auctions in order when conducting mini competitions between Providers under the Framework. 4 Orders Under Multiple Provider Frameworks 4.1 In the event that the Authority (and/or any OCB) decides to use this multi Provider Framework to source [goods/services/goods and services] it is expected that the following process will be applied: 4.1.1 Prior to any OCB conducting any Mini-competitions or making any Direct Awards under the Framework Agreement they will complete and submit a participation agreement to the Authority, or as applicable, the body managing the Framework Agreement notifying them that the Framework Agreement meets their requirements and that they intend to award Call Off Contracts under the Framework Agreement. Following submission of the participation agreement the relevant OCB will send a letter to the Provider(s) putting them on notice that they intend to award Call Off Contracts under the Framework Agreement. 4.1.2 For Standard [Goods]/[Services] which are subject to Direct Award the Authority or relevant OCB will award a Call Off Contract to the appropriate provider by application of the direct award mechanism contained in the Framework Agreement. 4.1.3 This means that the Authority/OCB will apply the award criteria set out in Section 2, Table 2.2 on page [50] of this ITT to select the Provider which it will then place an Order with. PAGE 22 OF 79
  • 23. 4.1.4 For Competed [Goods]/[Services] the Authority or any relevant OCB will run a Mini- Competition. This will involve inviting tenders from those Provider‟s capable of performing the proposed Call Off Contract and requesting “sealed bids” from Providers included on the relevant Lots who have been qualified to deliver those particular [goods/services/goods and services] requesting, for example,  particular delivery timescales;  particular invoicing arrangements and payment profiles;  additional security needs;  incidental charges;  particular associated services, eg installation, maintenance and training;  particular mixes of quality systems and rates;  particular mixes of rates and quality;  where the terms include a price mechanism;  individual special terms (e.g. specific to the particular goods/services/goods and services that will be provided to meet a particular requirement under the Framework Agreement). 4.1.5 The Provider submitting the most economically advantageous “sealed bid” in accordance with the criteria set out in Table 3.6 above will be awarded the Call Off Contract. PAGE 23 OF 79
  • 24. Section 2 Tendering Process Version 1.0 PAGE 24 OF 79
  • 25. TABLE OF CONTENTS – SECTION 2 Part A – Instructions to Tenderers 26 1 General 28 2 Bidders Conference 29 3 Confidentiality 29 4 Freedom of Information 30 5 Tender Validity 30 6 Timescales 30 7 Authority’s Contact Details 31 8 Intention to Submit a Tender 31 9 Preparation of Tender 32 10 Submission of Tenders 32 11 Canvassing 35 12 Disclaimers 35 13 Collusive Behaviour 35 14 No Inducement or Incentive 36 15 Acceptance and Admission to the Framework Agreement 36 16 Queries Relating to Tender 36 17 Amendments to Tender Documents 37 18 Late Tenders 37 19 Proposed Amendments to the Framework Agreement and/or Call Off Order Documents by the Tenderer 37 20 Modification and Withdrawal 37 21 Right to Reject/Disqualify 38 22 Right to Cancel, Clarify or Vary the Process 38 23 Customer References 38 24 Notification of Award 38 25 Debriefing 38 26 Statement of Compliance 39 PAGE 25 OF 79
  • 26. Part B – Tender Evaluation 39 1 Introduction 41 2 Evaluation of Tenders 41 3 Evaluation Process 42 4 Award of Framework Agreement 43 Schedule 1: Form of Tender 45 Schedule 2: Collusive Tendering 48 Schedule 3: Canvassing 49 Schedule 4: Confirmation of PQQ Submission 50 Schedule 5: Tender Response and Statement of Compliance 51 PAGE 26 OF 79
  • 27. Section 2 – Part A Instructions to Tenderers Version 1.0 PAGE 27 OF 79
  • 28. 1 General 1.1 These instructions are designed to ensure that all Tenderers are given equal and fair consideration. It is important therefore that you provide all the information asked for in the format and order specified. Please contact [insert the name, address and e-mail address of the designated Authority contact or in their absence [insert the name address and e-mail address of the designated alternative Authority contact] if you have any doubt as to what is required or will have difficulty in providing the information requested. Guidance note: if the tendering exercise is to be conducted via an e-tendering tool the above paragraph will need to be amended to reflect how the tool will deal with communications between the Authority and the Tenderers. 1.2 Tenderers should read these instructions carefully before completing the Tender documentation. Failure to comply with these requirements for completion and submission of the Tender Response may result in the rejection of the Tender. Tenderers are advised therefore to acquaint themselves fully with the extent and nature of the [goods/services/goods and services] and contractual obligations. These instructions constitute the Conditions of Tender. Participation in the tender process automatically signals that the Tenderer accepts these Conditions of Participation. 1.3 All material issued in connection with this ITT shall remain the property of the Authority and/or as applicable relevant OCB and shall be used only for the purpose of this procurement exercise. All Due Diligence Information shall be either returned to the Authority or securely destroyed by the Tenderer (at the Authority‟s option) at the conclusion of the procurement exercise. 1.4 The Tenderer shall ensure that each and every sub-contractor, consortium member and adviser abides by the terms of these instructions and the Conditions of Tender. 1.5 The Tenderer shall not make contact with any other employee, agent or consultant of the Authority or any relevant OCB who are in any way connected with this procurement exercise during the period of this procurement exercise, unless instructed otherwise by the Authority. 1.6 The Authority shall not be committed to any course of action as a result of:  issuing this ITT or any invitation to participate in this procurement exercise;  an invitation to submit any Response in respect of this procurement exercise;  communicating with a Tenderer or a Tenderer‟s representatives or agents in respect of this procurement exercise; or  any other communication between the Authority and/or any relevant OCB (whether directly or by its agents or representatives) and any other party. 1.7 Tenderers shall accept and acknowledge that by issuing this ITT the Authority shall not be bound to accept any Tender and reserves the right not to conclude a Framework Agreement for some or all of the [goods/services/goods and services] for which Tenders are invited. 1.8 The Authority reserves the right to amend, add to or withdraw all, or any part of this ITT at any time during the procurement exercise. PAGE 28 OF 79
  • 29. 2 Bidders Conference [if applicable] 2.1 A Bidders‟ Conference will be held on [Insert date and location]. The conference will provide Tenderers with an opportunity to seek clarification on any matters relating to the ITT and the requirements in an open forum. Further details are included in the letter accompanying this ITT. As space is at a premium, please nominate a maximum of [insert number] key personnel to attend. Details of those attending must be provided to the Authority [insert name of designated Authority contact, telephone number and e-mail address as in paragraph 1.1] by no later than [insert time and date]. Guidance note: this should be included in the letter accompanying the ITT and cross- referenced here Guidance note: if the tendering exercise is to be conducted via an e-tendering tool the above paragraph will need to be amended to be consistent with the information set out in paragraph 1.1 3 Confidentiality 3.1 Subject to the exceptions referred to in paragraph 3.2, the contents of this ITT are being made available by the Authority on condition that: 3.1.1 Tenderers shall at all times treat the contents of the ITT and any related documents (together called the „Information‟) as confidential, save in so far as they are already in the public domain; 3.1.2 Tenderers shall not disclose, copy, reproduce, distribute or pass any of the Information to any other person at any time or allow any of these things to happen; 3.1.3 Tenderers shall not use any of the Information for any purpose other than for the purposes of submitting (or deciding whether to submit) a Tender; and 3.1.4 Tenderers shall not undertake any publicity activity within any section of the media. 3.2 Tenderers may disclose, distribute or pass any of the Information to the Tenderer‟s advisers, sub-contractors or to another person provided that either: 3.2.1 This is done for the sole purpose of enabling a Tender to be submitted and the person receiving the Information undertakes in writing to keep the Information confidential on the same terms as if that person were the Tenderer; or 3.2.2 The Tenderer obtains the prior written consent of the Authority in relation to such disclosure, distribution or passing of Information; or 3.2.3 The disclosure is made for the sole purpose of obtaining legal advice from external lawyers in relation to the procurement or to any Framework Agreement arising from it; or 3.2.4 The Tenderer is legally required to make such a disclosure. PAGE 29 OF 79
  • 30. 3.3 In paragraphs 3.1 and 3.2 above the definition of „person‟ includes but is not limited to any person, firm, body or association, corporate or incorporate. 3.4 The Authority may disclose detailed information relating to Tenders to its officers, employees, agents or advisers and the Authority may make any of the Framework Agreement documents available for private inspection by its officers, employees, agents or advisers. The Authority also reserves the right to disseminate information that is materially relevant to the procurement to all Tenderers, even if the information has only been requested by one Tenderer, subject to the duty to protect each Tenderer's commercial confidentiality in relation to its Tender (unless there is a requirement for disclosure under the Freedom of Information Act, as explained in paragraphs 4.1 to 4.3 below). 4 Freedom of Information 4.1 In accordance with the obligations and duties placed upon public authorities by the Freedom of Information Act 2000 (the „FoIA‟), the Authority may, acting in accordance with the Secretary of State‟s Code of Practice on the Discharge of the Functions of Public Authorities under Part 1 of the said Act, or the EIR be required to disclose information submitted by the Tenderer to the to the Authority. 4.2 In respect of any information submitted by a Tenderer that it considers to be commercially sensitive the Tenderer should: 4.2.1 Clearly identify such information as commercially sensitive; 4.2.2 Explain the potential implications of disclosure of such information; and 4.2.3 provide an estimate of the period of time during which the Tenderer believes that such information will remain commercially sensitive. 4.3 Where a Tenderer identifies information as commercially sensitive, the Authority will endeavour to maintain confidentiality. Tenderers should note, however, that, even where information is identified as commercially sensitive, the Authority may be required to disclose such information in accordance with the FoIA or the Environmental Information Regulations. In particular, the Authority is required to form an independent judgment concerning whether the information is exempt from disclosure under the FoIA or the EIR and whether the public interest favours disclosure or not. Accordingly, the Authority cannot guarantee that any information marked „confidential‟ or “commercially sensitive” will not be disclosed. 4.4 Where a Tenderer receives a request for information under the FoIA or the EIR during the procurement process, this should be immediately passed on to the Authority and the Tenderer should not attempt to answer the request without first consulting with the Authority. 5 Tender Validity 5.1 Your Tender should remain open for acceptance for a period of [insert number] days. A Tender valid for a shorter period may be rejected. Guidance note – a minimum of 60 days is suggested but this should be reviewed and amended to comply with the Authority‟s policy and/or the complexity of the procurement. 6 Timescales 6.1 Set out below is the proposed procurement timetable. This is intended as a guide and whilst the Authority does not intend to depart from the timetable it reserves the right to do so at any stage. DATE STAGE [insert date] ITT to be issued to short-listed Tenderers by the Authority [insert date] Tenderers confirm receipt of ITT pack PAGE 30 OF 79
  • 31. [insert date] Bidders conference [insert date] Deadline for Tenderers to confirm intention to submit ITT Response [insert date] Clarification period opens [insert date] Clarification period closes [1100] GMT Closing date and time for receipt by the Authority of Tenderer Responses to [insert date] the ITT [insert date] Evaluation of ITT Responses commences [insert date] If not undetaken at an earlier stage in the procurement process, Reference Site visits [insert date] Notification of proposed appointment(s) to Framework [insert date] Expiry of standstill period required under Regulation 32 of the Public Contracts Regulations 2006 [insert date] Appointment of Provider(s) to Frameworks(s) [insert date] Commencement Date of Framework Agreement [insert date] Implementation Guidance note – the above timetable is based on the assumption that the Restricted Procedure is being used, if this is not the case and either the Open or the Competitive Dialogue Procedure is being used the timetable should be amended to match the procedural steps under the particular procedure being followed. Guidance note – if it is intended that implementation commences prior to provision of the [goods/services/goods and services] reverse the order of the last two rows in the table above. 7 Authority’s Contact Details 7.1 Unless stated otherwise in these Instructions or in writing from the Authority, all communications from Tenderers (including their sub-contractors, consortium members, consultants and advisers) during the period of this procurement exercise must be directed to the designated Authority contact named in paragraph 1.1 above. Guidance Note: if the tendering exercise is to be conducted via an e-tendering tool the above paragraph will need to be amended to be consistent with, and cross-referenced to paragraph 1.1 to reflect how the tool will deal with communications between the Authority and the Tenderers. 7.2 All communications should be clearly headed Invitation to Tender for [insert details of Tender and reference number as per front sheet of ITT] and include the name, contact details and position of the person making the communication. Requests for Tender clarifications must be submitted in accordance with the procedure set out in paragraph 16 – Queries Relating to Tender. 8 Intention to Submit a Tender 8.1 Tenderers must complete the Invitation To Tender Acknowledgement pro-forma appended to the ITT covering letter indicating that they intend to submit a Tender and be bound by the Conditions of Tender and return it to [insert name of designated Authority contact] at the address provided at paragraph 1.1 above no later than [insert date - xx month 20xx]. PAGE 31 OF 79
  • 32. Guidance Note – Ensure consistency with the ITT covering letter Guidance Note: if the tendering exercise is to be conducted via an e-tendering tool the above paragraph will need to be amended to be consistent with, and cross-referenced to the ITT covering letter and paragraph 1.1 to reflect how the tool will deal with communications between the Authority and the Tenderers. 8.2 In the event that a Tenderer does not wish to participate further in this procurement exercise, the Tenderer should indicate such on the Tender Acknowledgement pro-forma and return it with the complete ITT document set to [insert name of designated Authority contact] at the address provided at paragraph 1.1 above. Guidance Note: if the tendering exercise is to be conducted via an e-tendering tool the above paragraph will need to be amended to be consistent with, and cross-referenced to paragraph 1.1 to reflect how the tool will deal with communications between the Authority and the Tenderers. 9 Preparation of Tender 9.1 Tenderers must obtain for themselves at their own responsibility and expense all information necessary for the preparation of Tenders. Tenderers are solely responsible for the costs and expenses incurred in connection with the preparation and submission of their Tender and all other stages of the selection and evaluation process. Under no circumstances will the Authority, or any of their advisers, be liable for any costs or expenses borne by Tenderers, sub-contractors, suppliers or advisers in this process. 9.2 Tenderers are required to complete and provide all information required by the Authority in accordance with the Conditions of Tender and the Invitation to Tender. Failure to comply with the Conditions and the Invitation to Tender may lead the Authority to reject a Tender Response. 9.3 The Authority relies on Tenderers' own analysis and review of information provided. Consequently, Tenderers are solely responsible for obtaining the information which they consider is necessary in order to make decisions regarding the content of their Tenders and to undertake any investigations they consider necessary in order to verify any information provided to them during the procurement process. 9.4 Tenderers must form their own opinions, making such investigations and taking such advice (including professional advice) as is appropriate, regarding the [suppliers/services goods and services] and their Tenders, without reliance upon any opinion or other information provided by the Authority or their advisers and representatives. Tenderers should notify the Authority promptly of any perceived ambiguity, inconsistency or omission in this ITT, any of its associated documents and/or any other information issued to them during the procurement process. 10 Submission of Tenders 10.1 The Tender must be submitted in the form specified in the Form of Tender instructions in Section Two: Schedule One. Failure to do so may render the Response non-compliant and it may be rejected. 10.2 The Authority may at its own absolute discretion extend the closing date and the time for receipt of Tenders specified in paragraph [insert “10.10” (paper based Tenders) or “10.4” (electronic Tenders)]. 10.3 Any extension granted under paragraph 10.2 will apply to all Tenderers. Insert the following clauses for a paper based tendering exercise: 10.4 Tenderers must submit: PAGE 32 OF 79
  • 33. 10.4.1 one original bound priced hard copy of their Tender (clearly marked Master Copy); 10.4.2 [insert number] priced hard copies of their Tender; and 10.4.3 [insert number] unpriced hard copies of their Tender. All in the form specified in the Form of Tender, The original and the copies must be provided on single-side A4 paper, double spaced, in Arial with a minimum size 11 font and securely bound and signed by the Tenderer‟s authorised representative. 10.5 In line with Government objectives to achieve ISO14001:2004 (Environmental Management Systems), the Authority asks that you do not include any of the following with your Tender: 10.6 Any lever arch folder or ring binder; or any extraneous information that has not been specifically requested in the ITT including, for example, sales literature, Tenderers‟ standard terms and conditions etc. 10.7 In addition to the hard copies, Tenderers are requested to submit [xx] copies of their Response on a CD-Rom with the narrative in Microsoft Word [insert required version] and the financial data in Microsoft Excel [insert required version] or in backwardly compatible equivalents. 10.8 The Tender and any documents accompanying it must be in the English language. 10.9 Price and any financial data provided must be submitted in or converted into pounds sterling. Where official documents include financial data in a foreign currency, a sterling equivalent must be provided. PAGE 33 OF 79
  • 34. 10.10 An address label that must be used when submitting the Tender Response is enclosed with this ITT. Envelopes and packages must bear no reference to the Tenderer by name. Tenders are to be returned and received by the Authority at [repeat full name and address as set out on the return label referred to in para 10.10] by no later than [insert closing date and time for receipt of Tenders]. 10.11 Tenders must be received at the reception or if no reception is available in the post room at the address above by [insert closing date and time for receipt of Tenders] (“the Deadline”). Envelopes and packages should not bear any reference to the Tenderer by name. Guidance note – the Authority should provide guidance to Tenderers regarding submission of bids personally by hand at the Authority‟s premises. Any internal receipting procedures should be clearly set out and clarity of such procedures understood by all persons (including Authority staff) likely to be involved in the receipt of Responses. The Authority should also be aware of the need to understand the issues associated with receiving large volumes of Responses in a busy public area and if possible should test out the receipting procedures prior to receipt of Responses. 10.12 Tenders will be received any time up to the deadline stated above. Tenders received before this deadline will be retained in a secure environment, unopened until the opening date. 10.13 The Authority does not accept responsibility for the premature opening or mishandling of Tenders that are not submitted in accordance with these instructions. Insert the following clauses for an eTendering Exercise: 10.4 You must submit your Tender via the Authority‟s e-tendering tool at [insert URL address and link] no later than [insert closing date and time for receipt of Tenders] (“the Deadline”). Tenders may be submitted at any time before the closing date. Tenders received before this deadline will be retained unopened until the opening date. 10.5 The Tender and any documents accompanying it must formatted in ADOBE read only format and be in the English language. 10.6 Price and any financial data provided must be submitted in or converted into pounds sterling. Where official documents include financial data in a foreign currency, a sterling equivalent must be provided. 10.7 The Authority does not accept responsibility for the premature opening or mishandling of Tenders that are not submitted in accordance with these instructions. 10.8 Tenderers should not include in the Tender any extraneous information which has not been specifically requested in the ITT including, for example, any sales literature, standard terms of trading etc. PAGE 34 OF 79
  • 35. 11 Canvassing 11.1 Any Tenderer who directly or indirectly canvasses any officer, member, employee, or agent of the Authority or its members or any relevant OCB or any of its officers or members concerning the establishment of the Framework Agreement or who directly or indirectly obtains or attempts to obtain information from any such officer, member, employee or agent or concerning any other Tenderer, Tender or proposed Tender will be disqualified. 12 Disclaimers 12.1 Whilst the information in this ITT, Due Diligence Information and supporting documents has been prepared in good faith, it does not purport to be comprehensive nor has it been independently verified. 12.2 Neither the Authority, nor any relevant OCBs nor their advisors, nor their respective directors, officers, members, partners, employees, other staff or agents: (a) makes any representation or warranty (express or implied) as to the accuracy, reasonableness or completeness of the ITT; or (b) accepts any responsibility for the information contained in the ITT or for their fairness, accuracy or completeness of that information nor shall any of them be liable for any loss or damage (other than in respect of fraudulent misrepresentation) arising as a result of reliance on such information or any subsequent communication. 12.3 Any persons considering making a decision to enter into contractual relationships with the Authority and/or, as applicable, relevant OCB following receipt of the ITT should make their own investigations and their own independent assessment of the Authority and/or, as applicable, relevant OCB and its requirements for the [goods/services/goods and services] and should seek their own professional financial and legal advice. For the avoidance of doubt the provision of clarification or further information in relation to the ITT or any other associated documents (including the Schedules) is only authorised to be provided following a query made in accordance with paragraph 16 of this Invitation to Tender. 12.4 Any Framework Agreement concluded as a result of this ITT shall be governed by English law. 13 Collusive Behaviour 13.1 Any Tenderer who: (a) fixes or adjusts the amount of its Tender by or in accordance with any agreement or arrangement with any other party; or (b) communicates to any party other than the Authority or, as applicable, relevant OCB the amount or approximate amount of its proposed Tender or information which would enable the amount or approximate amount to be calculated (except where such disclosure is made in confidence in order to obtain quotations necessary for the preparation of the Tender or insurance or any necessary security); or (c) enters into any agreement or arrangement with any other party that such other party shall refrain from submitting a Tender; or (d) enters into any agreement or arrangement with any other party as to the amount of any Tender submitted; or (e) offers or agrees to pay or give or does pay or give any sum or sums of money, inducement or valuable consideration directly or indirectly to any party for doing or having done or causing or having caused to be done in relation to any other Tender or proposed Tender, any act or omission, shall (without prejudice to any other civil remedies available to the Authority and without prejudice to any criminal liability which such conduct by a Tenderer may attract) be disqualified. PAGE 35 OF 79
  • 36. 14 No Inducement or Incentive 14.2 The ITT is issued on the basis that nothing contained in it shall constitute an inducement or incentive nor shall have in any other way persuaded a Tenderer to submit a Tender or enter into the Framework Agreement or any other contractual agreement. 15 Acceptance and Admission to the Framework Agreement 15.1 The Tenderer in submitting the Tender undertakes that in the event of the Tender being accepted by the Authority and the Authority confirming in writing such acceptance to the Tenderer, the Tenderer will within 30 days of being called upon to do so by the Authority execute the Framework Agreements in the form set out in Schedule 6 or in such amended form as may subsequently be agreed. 15.2 The Authority shall be under no obligation to accept the lowest or any Tender. 16 Queries Relating to Tender 16.1 All requests for clarification about the requirements or the process of this procurement exercise shall be made in accordance with 16.3 of these Instructions. 16.2 The Authority will endeavour to answer all questions as quickly as possible, but cannot guarantee a minimum response time. The Public Contracts Regulation 2006 require that Contracting Authorities respond to any request for clarification at least 4 days‟ before the deadline for receipt of Tenders. In order to satisfy this requirement, the Authority has designated a specific window of time to deal with clarification requests from Tenderers 16.3 Clarification requests can be submitted [via e-mail only] to [for paper based tenders only insert name and e-mail address of the Authority‟s designated contact point as detailed in para 1.1] from [insert date]. [for e-tendering based tenders insert nominated “system” contact point] from [insert date]. 16.4 No further requests for clarifications will be accepted after [insert date approximately two weeks prior to the Deadline for the receipt of Tenders] 16.5 In order to ensure equality of treatment of Tenderers, the Authority intends to publish the questions and clarifications raised by Tenderers together with the Authority‟s responses (but not the source of the questions) to all participants on a regular basis. PAGE 36 OF 79
  • 37. 16.6 Tenderers should indicate if a query is of a commercially sensitive nature – where disclosure of such query and the answer would or would be likely to prejudice its commercial interests. However, if the Authority at its sole discretion does not either; consider the query to be of a commercially confidential nature or one which all Tenderers would potentially benefit from seeing both the query and Authority‟s response, the Authority will: 16.6.1 invite the Tenderer submitting the query to either declassify the query and allow the query along with the Authority‟s response to be circulated to all Tenderers; or 16.6.2 request the Tenderer, if it still considers the query to be of a commercially confidential nature, to withdraw the query. 16.7 The Authority reserves the right not to respond to a request for clarification or to circulate such a request where it considers that the answer to that request would or would be likely to prejudice its commercial interests. 17 Amendments to Tender Documents 17.1 At any time prior to the deadline for the receipt of Tenders, the Authority may modify the ITT by amendment. Any such amendment will be numbered and dated and issued by the Authority to all prospective Tenderers by [insert date which at least two weeks prior to the Deadline for the submission of Tenders]. In order to give prospective Tenderers reasonable time in which to take the amendment into account in preparing their Tenders, the Authority may, at its discretion, extend the Deadline for receipt of Tenders. 18 Late Tenders 18.1 Any Tender received at the designated point after [insert the Deadline for receipt of Tenders as per para 10.10 (paper based Tenders) or 10.4 (electronic Tenders)] may be rejected unless the Tenderer can provide irrefutable evidence that the Tender was capable of being received by the due date and time. 19 Proposed Amendments to the Framework Agreement by the Tenderer 19.1 As the Authority is using the restricted procedure as detailed in the Public Contracts Regulations 2006 it is prevented from undertaking negotiation of the Framework Agreement. However, amendments by Tenderers and/or the Authority to clarify its terms are permitted. 19.2 The Authority will consider proposed amendments strictly on their merits and within the limits imposed by the Regulations. 19.3 Any proposed amendments to the Framework Agreement must be detailed separately on the Proposed Amendments form included at Schedule 10, and returned with the Tenderer‟s ITT Response. 19.4 Where the Authority makes changes to the Framework Agreement as a result of the proposals received it will circulate the amended Framework Agreement to all Tenderers. 20 Modification and Withdrawal 20.1 Tenderers may modify their Tender prior to the Deadline by giving notice to the Authority in writing or via electronic submission to [insert details of designated Authority contact as per para 1.1]. No Tender may be modified subsequent to the Deadline for receipt. Guidance note: if the tendering exercise is to be conducted via an e-tendering tool the above paragraph will need to be amended to reflect how the tool will deal with communications between the Authority and the Tenderers. PAGE 37 OF 79
  • 38. 20.2 The modification notice must state clearly how the Authority should implement the modification and must be submitted in accordance with the provisions of [paragraph 10.10 (for paper based tenders) or 10.4 (for electronic tenders)]. 20.3 Tenderers may withdraw their Tender at any time prior to the Deadline or any other time prior to accepting the offer of a Framework Agreement. The notice to withdraw the Tender must be in writing and sent to the Authority by recorded delivery or equivalent service and delivered to the Authority at the address set out in paragraph 1.1 -.General of this Section 2. Guidance note: if the tendering exercise is to be conducted via an e-tendering tool the above paragraph will need to be amended to reflect how the tool will deal with communications between the Authority and the Tenderers. 21 Right to Reject/Disqualify 21.1 The Authority reserves the right to reject or disqualify a Tenderer where: (a) the Tenderer fails to comply fully with the requirements of this Invitation to Tender or is guilty of a serious misrepresentation in supplying any information required in this document; or expression of interest; or PQQ; and/or (b) the Tenderer is guilty of serious misrepresentation in relation to its Tender; expression of interest; the PQQ and/or the Tender process; and/or (c) there is a change in identity, control, financial standing or other factor impacting on the selection and/or evaluation process affecting the Tenderer. 22 Right to Cancel, Clarify or Vary the Process 22.1 The Authority reserves the right to: (a) amend the terms and conditions of the Invitation to Tender process, (b) cancel the evaluation process at any stage; and/or (c) require the Tenderer to clarify its Tender in writing and/or provide additional information. (Failure to respond adequately may result in the Tenderer not being selected), 23 Customer References [if appropriate] 23.1 Unless already taken up at an earlier stage in the procurement process and after the receipt of Tenders, the Authority may visit at least one customer reference site of the Tenderer and may seek written references from any other designated customers which are not visited. 24 Notification of Award 24.1 The Authority will notify the successful Tenderer(s) of their admission to the Framework Agreement in writing and will publish an Award Notice in the Official Journal of the European Union in accordance with the Public Contracts Regulations 2006 within 48 days of the award of the contract. 25 Debriefing 25.1 Following the conclusion of the Framework Agreement, all unsuccessful Tenderers will be afforded the opportunity of a debriefing. Unsuccessful Tenderers should notify the Authority in writing that they wish to be debriefed. The Authority will formally debrief the unsuccessful Tenderer within 15 days of receiving such a request. 25.2 Where an unsuccessful Tenderer requests, in writing and no later than midnight on the second working day after being informed of the conclusion of the Framework Agreement, the reasons why that Tenderer was unsuccessful, the Authority will provide details of the characteristics and relative advantages of the successful Tender(s). PAGE 38 OF 79
  • 39. 26 Statement of Compliance A Statement of Compliance can be found at Section 2, Schedule Five. This will be used by the Authority for checking the completeness of all returned Tenders in accordance with the said Schedule Five. Tenderers shall ensure a response is provided for each item listed on the Statement of Compliance. Failure to do so may result in the Tenderer being disqualified from the award process. PAGE 39 OF 79
  • 40. Section 2 – Part B Tender Evaluation Version 1.0 PAGE 40 OF 79
  • 41. 27 Introduction 27.1 The Tender process will be conducted to ensure that Tenders are evaluated fairly to ascertain the most economically advantageous tender. Guidance note – government policy is to award on the basis of value for money, which is the optimum combination of quality and whole-life costs to meet the user requirements which, when commonly translated, means the most economically advantageous tender or MEAT. Guidance note: The OJEU Contract Notice is required to stipulate in section IV.2.1 the relevant award criteria Please ensure that the award criteria specified in this ITT is consistent with the award criteria published in the relevant OJEU Contract Notice. Account will also be taken of any factors which may impact on the Tenderers suitability that emerge from the tendering process and relate to information previously provided by the Tenderer as part of the pre-qualification process. If the Tenderers circumstances have changed significantly from the position stated in the PQQ this may lead to the Tenderer no longer being able to participate further in the Tender process. 28 Evaluation of Tenders for selection onto the Framework 28.1 Tenderers Response to the questions contained in the Response Requirement and their Response to the Specification along with pricing information and any other information, specifically related to the evaluation of Tenders and requested by the Authority in this ITT will be evaluated against [insert the number] of high level criteria, details of which can be found in Table 2.2 below: TABLE 2.2: HIGH LEVEL EVALUATION CRITERIA FOR SELECTION OF PROVIDERS ONTO THE FRAMEWORK CRITERION [PERCENTAGE WEIGHTINGS] [PERCENTAGE RANGES] [RANKINGS] [insert criterion] [insert number]% [range of %s] or [ranking of the criterion] [insert criterion] [insert number]% [range of %s] or [ranking of the criterion] [insert criterion] [insert number]% [range of %s] or [ranking of the criterion] [insert criterion] [insert number]% [range of %s] or [ranking of the criterion] [insert criterion] [insert number]% [range of %s] or [ranking of the criterion] [insert criterion] [insert number]% [range of %s] or [ranking of the criterion] Guidance note - The Evaluation Criteria must be linked to the subject matter of this procurement and could include, in no particular order and, as applicable, a mixture of the following criteria: Quality, price, technical merit, aesthetic and functional characteristics, sustainability characteristics, running costs, cost effectiveness, after sales service, technical assistance, delivery date and delivery period and period of completion. Exact weightings, a range of weightings (maximum and minimum); or where the Authority is of the opinion that it is not possible to provide weightings on objective grounds, an indication of the priority of importance in descending order must also be provided in the table above. PAGE 41 OF 79
  • 42. The high level criteria should also be linked to the criteria detailed in Table 3.6 – Mini Competition Award Criteria and Weightings. 28.2 Tenderers will be admitted to a Framework Agreement who, in the opinion of the Authority at the conclusion of the evaluation, offers the most economically advantageous Tender(s) to the Authority having regard to the award criteria set out in table 2.2 above. Guidance note – ensure consistency with paragraph 28.1 above 29 Evaluation Process Guidance note – the process set out below up to and including Phase 3 can be carried out in the traditional manner whereby evaluators read written responses submitted in hard copy. They are scored individually and consensus is reached, scores recorded manually etc. The same evaluation process can also be applied to responses that are submitted electronically via an e-procurement tool. The key differences are in how the process is developed to facilitate at desk online viewing of tender documents, how scores are recorded on the online evaluation tool, how moderation takes place etc. Persons drafting ITTs need to be aware that the “traditional suite” paper response templates and instructions regarding completion of the same, compliance checking templates etc and traditional paper evaluation documentation and forms will likely need to be developed on specialist templates online in the relevant e- tendering tool. 29.1 The evaluation process will feature some, if not all, the following phases: 29.1.1 Phase 1 – Compliance Checks (a) Receipt and Opening ITT Responses will be formally logged upon receipt in accordance with the Authority‟s procurement procedures. Any ITT Response that is received at the designated point after the deadline may be rejected and not considered for evaluation. PAGE 42 OF 79
  • 43. (b) Compliance Check A small team from the Authority‟s Procurement/Commercial [Directorate/Division/ Branch/Team] will then check the Statement of Compliance; completion of which is mandatory. Tenderers are required to confirm in the Statement of Compliance that they have provided a Response including, where applicable, any evidence requested against each of the requirements, as directed, in the Specification, the Technical Requirements, the Response Requirements and the Commercial Response Requirements. In the event that a Tenderer is unable to provide a positive response for any of the requirements, or a detailed reason as to why a positive response cannot be given, the Authority may either exclude the Tenderer from further participation in the evaluation process or, at its discretion, may seek clarification. In the case of the latter, a failure by the Tenderer to provide a satisfactory response within the deadline specified in the request for clarification may result in its disqualification from the evaluation process. The evaluation of Tenders will, as applicable, proceed through some, or all of the following phases of evaluation: 29.1.2 Phase 2 – Independent Evaluation of Tender Responses (a) Qualitative/Technical Evaluation (b) Quantitative/Commercial Evaluation 29.1.3 Phase 3 - Moderation of Scores Moderation and merging of qualitative and quantitative evaluation scores/rankings to produce preliminary ranking 29.1.4 Phase 4 - Bidder Presentations/Clarification Meetings 29.1.5 Phase 5 – Customer References [if not taken up as part of the PQQ process] (a) Customer Reference Site Visits (b) Taking up of written customer references 29.1.6 Final moderation meeting to moderate and merge scores gathered from Customer Reference Site Visits and/or written reference to produce final ranking. 29.1.7 Evaluation Report and Recommendation 29.1.8 Approvals 30 Award of Framework Agreement 30.1 The Authority will inform all Tenderers [in writing or via the e-procurement messaging tool] of any intention to award a Framework Agreement. Following a minimum standstill period of 10 calendar days, subject to there being no substantive challenge to that intention, a Framework Agreement will be formally awarded to the successful Tenderer(s). PAGE 43 OF 79
  • 44. 30.2 All unsuccessful Tenderers will be provided with an “unsuccessful letter “[in writing via email or via the e-procurement messaging tool] at the start of the standstill period notifying them of the outcome of the evaluation exercise. This will include details of:  the award criteria;  the score of the Tenderer;  the name of the successful Tenderer/s and why that Tenderer was successful;  the score for the successful Tenderer/s. 30.3 Unsuccessful Tenderers will be able to seek a debrief in accordance with paragraph 25. PAGE 44 OF 79
  • 45. Schedule 1: Form of Tender TO BE COMPLETED BY THE TENDERER To: [Tenderer to insert name and address of Authority] Date: [Tenderer to insert date] PROVISION OF: [Tenderer to insert title of requirements from front sheet of ITT] REFERENCE NUMBER: Tenderer to insert OJEU Contract Notice reference from front sheet of ITT] To: The Authority From: [Tenderer to insert name of organisation submitting Tender ] Having examined the Invitation to Tender and all other Schedules, and being fully satisfied in all respects with the requirements of the ITT (including the Conditions of Tender). I/We hereby offer to provide [insert details of supply/services/goods and services as per front sheet of ITT] as specified in Section 3 – Specification and/or Section 4 - Technical Requirements at the prices shown in the Section 6: Schedule 7 - Charges for the term of [insert number of years the Framework Agreement is to run for] Guidance note - ensure this accords with the original OJEU Contract Notice and is not more than 4 years and in accordance with the provisions of the Framework Agreement. If this offer is accepted I/we will execute documents in the form of the Framework Agreement within 30 days of being called upon to do so. ** [Paragraph to be inserted if amendments to the ITT or Information Releases have been issued] - and have taken account of subsequent amendments numbered [insert number of first amendment] to [insert number of last amendment] inclusive [and/or]] Information Release [insert number of first Information Release] to [insert number of last Information Release]. I/We confirm that I/we agree with the Authority in legally binding terms to comply with the provisions relating to confidentiality set out in paragraphs 3.1 to 3.4 of the Invitation to Tender. PAGE 45 OF 79
  • 46. In compliance with your requirements as set out in your ITT I have completed and enclose the following documents: SECTION TWO: SCHEDULE ONE: FORM OF TENDER SECTION SIX: SCHEDULE SEVEN: CHARGES SECTION SIX: SCHEDULE EIGHT: COMPANY DETAILS SECTION SIX: SCHEDULE NINE: REFERENCES SECTION SIX: SCHEDULE TEN: PROPOSED AMENDMENTS TO THE FRAMEWORK AGREEMENT DOCUMENTS In compliance with the requirements set out in your Invitation to Tender, which I confirm I have read and fully understand. I also confirm that I have complied with the specific requirements set out in the documents detailed in the table below: SECTION 2: SCHEDULE TWO: COLLUSIVE TENDERING SECTION 2: SCHEDULE THREE: CANVASSING SECTION 2: SCHEDULE FOUR: CONFIRMATION OF PQQ SUBMISSION SECTION TWO: SCHEDULE FIVE: TENDER RESPONSE AND STATEMENT OF COMPLIANCE PAGE 46 OF 79
  • 47. This Tender shall remain open for acceptance by the Authority for a period of [insert number] days as Section 2: Paragraph 5.1 after the due date for return of tenders specified in the Invitation to Tender. I warrant that I have all the requisite corporate authority to sign this Tender and confirm that I have complied with all the requirements set out in Section 2; Schedules 2 to 5 inclusive. Signed for and on behalf of the above named Tenderer: Signature: ......................................................................................................…............ Position: ......................................................................................................…............. Signature: ......................................................................................................…............. Position: ......................................................................................................….............. Date: ......................................................................................................…............... PAGE 47 OF 79
  • 48. Schedule 2: Collusive Tendering TENDER FOR SUPPLY OF [insert details of supply/services/goods and services as per front sheet of ITT] The essence of the public procurement process is that the Authority shall receive bona fide competitive Tenders from all Tenderers. In recognition of this principle and in signing Schedule 1: Form of Tender I/we warrant this is a bona fide Tender, intended to be competitive and that I/we have not fixed or adjusted the amount of the Tender or the rates and prices quoted by or under or in accordance with any agreement or arrangement with any other party. I/We also confirm that I/we have not done and undertake that I/we will not do at any time any of the following acts: Communicate to a party other than the Authority the amount or approximate amount of my/our proposed Tender (other than in confidence in order to obtain quotations necessary for the preparation of the Tender and/or insurance), enter into any agreement or arrangement with any other party that he shall refrain from tendering or as to the amount of any Tender to be submitted, or offer or agree to pay or give or pay or give any sum of money inducement or valuable consideration directly or indirectly to any person for doing or having done or causing or having caused any act or omission to be done in relation to any other tender or the proposed Tender. In this Schedule: the word “person” includes any person, body or association, corporate or incorporate the phrase “any agreement or arrangement” includes any transaction, formal or informal whether legally binding or not. PAGE 48 OF 79
  • 49. Schedule 3: Canvassing TENDER FOR SUPPLY OF [insert details of supply/services/goods and services as per front sheet of ITT] I/We hereby confirm that I/we have not canvassed any member, officer, employee, or agent of the Authority or Other Contracting Body in connection with the award of the Frameworks Agreement for the [goods/services/goods and services] and that no person employed by me/us or acting on my/our behalf has done any such act. I/We further hereby undertake that I/we will not prior to the conclusion of the Provider selection process canvass or solicit any member, employee, agent or provider of the Authority or Other Contracting Body in connection with the award of the Framework Agreement for the [goods/services/goods and services] or any proposed Call Off Contract for the provision of the [goods/services/goods and services] and that no person employed by me/us or acting on my/our behalf will do any such act. I/We further acknowledge that, should I/we be appointed as a Provider to the Framework following the conclusion of the Provider selection process, the Authority will permit me/us to approach the Authority and/or Other Contracting Body directly in order the promote the Framework Agreement. PAGE 49 OF 79
  • 50. Schedule 4: Confirmation of PQQ Submission TENDER FOR SUPPLY OF [insert details of supply/services/goods and services as per front sheet of ITT] I/ We hereby certify that any statement made in our PQQ submission remains true and accurate in all material aspects save as specified below: - PAGE 50 OF 79
  • 51. Schedule 5: Tender Response and Statement of Compliance Tenderers to Note: The Tenderers‟ Response to the Specification (Section 3); the Technical Requirements (Section 4); the Commercial Requirements and Schedules 7, 8, 9 & 10 and the Statement of Compliance forms the basis against which the Tenderers‟ Response to the ITT will be compliance checked and evaluated. The following Statement of Compliance provides Tenderers with a list of the key areas within their response that must be addressed. Tenderers shall ensure that their overall Response includes evidence of providing/addressing all of these areas. Tenderers must ensure that a yes response is given against each area and the table of Schedules. In the event that a Tenderer is unable to provide a yes response, the Tenderer shall provide a detailed reason as to why a response cannot be given. The Authority may seek to clarify Responses given by a Tenderer but reserves the right to reject any Tender Response, which fails to meet this initial compliance check. The Tenderers‟ response to the ITT should be divided into five sections: The five sections are: 1. Executive Summary 2. Response to the Specification 3. Response to the Technical Requirements 4. Response to the Commercial Requirements and completion of Schedules 7, 8, 9 and 10 5. Completion of the Statement of Compliance PAGE 51 OF 79
  • 52. TABLE 1: EXECUTIVE SUMMARY The executive summary should focus on the key features of the Tenderer‟s Response including all key assumptions made by the T enderer (but excluding all pricing/financial information) The objective of the executive summary is to provide the Authority with a clear, concise and complete summary of the Tenderer‟s Response together with an insight into the reasoning and rationale behind the Response. The executive summary should be no more than 10 pages of A4 text highlighting the key strengths of the Response to demonstrate how the Tender represents value for money to the Authority. It is intended that the executive summary should provide a useful introduction to the Response for evaluators, as well as senior stakeholders who may not be involved in the detailed evaluation. Whilst the executive summary will not be formally evaluated, it will be scrutinised for consistency with your Response and clarification will be sought if required. The executive summary must only contain information drawn from other areas of your Response and must not contain any new material. Whilst diagrams and photographs may be used, they should be high level and should not be used to support other parts of the Response where more detailed information is required. PAGE 52 OF 79
  • 53. TABLE 2: RESPONSE TO THE SPECIFICATION (SECTION 3) The following table needs to reflect all the elements of the Specification - Evidence included Tenderer to cross reference to page number(s) in Section 3 which require a Response as detailed in Section 5 (2) -Response in response (yes/no) Section 5 (2) (including paragraph number where Requirements appropriate). Specification Details of Requirements Reference [insert a brief summary of Requirement one from the Specification] [insert a brief summary of Requirement two from the Specification] [insert a brief summary of Requirement three from the Specification] and so on Guidance note – the table above will populated by the Tenderer cross referencing his responses contained in Section 5 (2) PAGE 53 OF 79
  • 54. TABLE 3: RESPONSE TO THE TECHNICAL REQUIREMENTS (SECTION 4) The following table needs to reflect all the elements of the Technical Evidence included in Tenderer to cross reference to page number(s) in Requirements - Section 4 which requires a Response as detailed in response (yes/no) Section 5 (3) (including paragraph number where Section 5 (3) -Response Requirements appropriate). TR Reference Details of Requirements [insert a brief summary of Technical Requirement one] [insert a brief summary of Technical Requirement one] [insert a brief summary of Technical Requirement one] Guidance note – the table above will populated by the Tenderer cross referencing his responses contained in Section 5 (3) PAGE 54 OF 79
  • 55. TABLE 4: RESPONSE TO THE COMMERCIAL REQUIREMENTS AND COMPLETION OF SCHEDULES 7, 8, 9 AND 10 Included (Yes/No) Comments SECTION FIVE: SCHEDULE SEVEN: CHARGES SECTION FIVE: SCHEDULE EIGHT: COMPANY DETAILS SECTION FIVE: SCHEDULE NINE: REFERENCES SECTION FIVE: SCHEDULE TEN: PROPOSED AMENDMENTS TO THE FRAMEWORK DOCUMENTS (please respond with “Yes” even if you have no proposed changes to the draft Framework Agreement PAGE 55 OF 79
  • 56. TABLE 5(a): STATEMENT OF COMPLIANCE Included (Yes/No) Comments SECTION TWO: SCHEDULE ONE: FORM OF TENDER TABLE 5(b): CONFIRMATION OF COMPLIANCE WITH: Compliant (Yes/No) Comments SECTION TWO: SCHEDULE TWO: COLLUSIVE TENDERING SECTION TWO: SCHEDULE THREE: CANVASSING SECTION TWO: SCHEDULE FOUR: CONFIRMATION OF PQQ SUBMISSION PAGE 56 OF 79
  • 57. Section 3 Specification Version 1.0 PAGE 57 OF 79
  • 58. The specification for the [goods/services/goods and services] should be inserted here. VPMO Specification guidance and template documentation PAGE 58 OF 79
  • 59. Section 4 Technical Requirements (including Mandatory Information Requirements) Version 1.0 PAGE 59 OF 79
  • 60. TABLE OF CONTENTS – SECTION 4 1 Introduction 61 2 Mandatory and Desireable Requirements 61 3 Mandatory Information Requirements 63 PAGE 60 OF 79