Document

27
INVITATION TO TENDER NORTHWEST DEVELOPMENT AGENCY REVISED NBC PROCUREMENT OF LABORATORY EQUIPMENT LOT 8 ONLY NWDA00214 PREPARED BY: KAREN BURTON DATE: 6th August 2007 Invitation to Tender/SC Page 1 of 27 Version 4 Issue date 28/09/06

description

http://www.nwda.co.uk/docs/00214_ITT.doc

Transcript of Document

Page 1: Document

INVITATION TO TENDER

NORTHWEST DEVELOPMENT AGENCY

REVISED NBC PROCUREMENT OF LABORATORY EQUIPMENT LOT 8 ONLY

NWDA00214

PREPARED BY: KAREN BURTON

DATE: 6th August 2007

Invitation to Tender/SC Page 1 of 22Version 4Issue date 28/09/06

Page 2: Document

6th August 2007

Dear Sirs

INVITATION TO TENDERTITLE OF TENDER: REVISED NBC PROCUREMENT OF LABORATORY

EQUIPMENT LOT 8 ONLYNWDA REF: NWDA00214

You are hereby invited by the Northwest Development Agency (“the Agency”) to submit a tender for the above goods.

Any contract awarded following your tender will commence on the date of acceptance and is subject to the conditions of contract.

Tender Timetable

Tenderers’ clarification questions to be submitted by 10/08/07The return date for this tender is 10.00 o’clock 17/08/07 The anticipated contract award date is w/c 27/08/07 Documentation

You are required to return one electronic disk version, one original hardcopy proposal plus 1 copy of the response to the Invitation to Tender Document, clearly marked as such.

Tenders must be returned using the enclosed return label and in accordance with the ‘Instructions to Tenderers’ in particular point 6, to:

TENDER BOARDNorthwest Development AgencyRenaissance HousePO BOX 37Centre ParkWarringtonWA1 1XB

Whilst Tenderers are preparing their responses, questions will inevitably arise. It is requested that all queries be referred in writing to Karen Burton, Contracts Manager (telephone 01925 400119, email:[email protected]) at the above address.

Invitation to Tender/SC Page 2 of 22Version 4Issue date 28/09/06

Page 3: Document

In order to allow the Agency time to offer appropriate answers, Tenderers must submit any queries in writing to Karen Burton by the date specified in the table above.

If the Agency considers any question or request for clarification to be of material significance, both the query and the response will be posted on the Agency’s website at www.nwda.co.uk/tenders in an anonymous form. It is the responsibility of the Tenderers party to check this website periodically before the tender return date to check for any updates and to incorporate these updates into its tender submission

We look forward to receiving your tender response.

Yours faithfully

Karen Burton Contracts Manager

Invitation to Tender/SC Page 3 of 22Version 4Issue date 28/09/06

Page 4: Document

CONTENTS

1. Instructions to Tenderers

2. Invitation to Tender

2.1 Background Information2.2 Specification and Scope2.3 Evaluation Criteria

3. Tender Documents

3.1 Structure of Proposal3.2 Response3.3 Subcontractor Arrangements3.4 Form of Tender (this form must be signed and returned)3.5 Pricing Preambles3.6 Pricing Schedule 3.7 References 3.8 General Supplier Details 3.9 Disputes3.10 Financial Information3.11 Conflict of Interest

4. Terms and Conditions of Contract

Invitation to Tender/SC Page 4 of 22Version 4Issue date 28/09/06

Page 5: Document

1. INSTRUCTIONS TO TENDERERS

1. Tenders must be submitted in accordance with these instructions and any further instructions contained in other documentation issued by the Agency.

2. Tenderers who do not wish to submit a tender must return the enclosed documents using the addressed label. It would be helpful if Tenderers could state their reasons for not tendering, although there is no obligation to do so.

3. Alterations: The Tenderer may not alter this document. Any proposed alteration is to be given in a separate letter accompanying the tender.

4. Non-compliant or incomplete tenders: Tenders may not be considered if any of the requested information is not supplied with the tender.

5. Tenderers must submit a compliant bid based on the structure as outlined in this document. However, if Tenderers wish to submit a variant proposal, they should do so separately and this must be in addition to a compliant bid.

6. The address label enclosed must be used for the return of the tender. Envelopes/packages should be plain and must not show any reference to the Tenderer’s identity. Please place the Tender Number label on the front of the return envelope. Tenderers should note that this also applies to any tenders sent via courier. Tenders without the label or in envelopes, which in any way identify the Tenderer, may be rejected.

7. The date and time for return of tenders is shown on the label and on the Form of Tender. Tenders will be received up to the time and date stated. It is the Tenderers’ responsibility to ensure that their tender is received on time. The Agency does not undertake to consider tenders received after that time unless clear evidence of posting via the Post Office is available (ie a clear black postmark and/or certificate of posting). Late tenders franked with the Tenderers’ own franking machine will automatically be rejected, as will late tenders dispatched by methods other than via the Post Office.

8. Facsimile, e-mail, and telephone: Tenders will not be considered if sent by these methods. Hand delivery of envelopes will be accepted.

9. The Agency does not issue acknowledgement of receipt of tender documents and accepts no responsibility for loss or non-receipt of applications.

10. The tender should be completed legibly in black ink, black ballpoint or clearly typed.

11. The Agency expressly reserves the right not to award any contract as a result of this procurement process and it shall not be liable for any costs incurred by Tenderers. The Agency also reserves the right to accept all or any part of a tender.

12. Prices shown should be exclusive of VAT.

Invitation to Tender/SC Page 5 of 22Version 4Issue date 28/09/06

Page 6: Document

13. Confidentiality of tenders: The Tenderer must not inform anyone else of their tendered price. The only exception is if the Tenderer is required to obtain an insurance quotation to calculate the tender price then the Tenderer may give details of their bid to the insurance company or brokers, if requested.

14. The Tenderer must not try to obtain any information about any other party’s tender or proposed tender before the contract is awarded.

15. The Tenderer must not arrange with any other party the submission of a tender, except in the circumstances where sub-contracting and/or joint ventures are applicable.

16. Trading names/invoicing: Where invoices will be rendered by, or payments made to, an entity whose title differs in any respect from the title in which the tender is submitted, full details must be provided in a letter accompanying the tender. Successful Tenderers who fail to provide this may experience delays in payment or non payment of their invoices.

17. Tenders must be returned to Northwest Development Agency, Tender Board, PO Box 37, Renaissance House, Centre Park, Warrington WA1 1XB not later than 10.00am as per date stated at the front of this Invitation to Tender document. Tenders must be delivered either by post or by hand to the reception desk, ensuring that a member of staff notes the time and date of receipt, as tenders delivered otherwise may not arrive on time.

18. Except where the Agency considers that questions are not material to the procurement process and the fullest understanding of its objectives, such questions and their subsequent replies will be disseminated to all Tenderers. Tenderers should note in relation to all responses to questions in connection with this Invitation to Tender that the Agency makes no guarantee that such information in response to questions will be made available and are not warranting its accuracy.

19. Tenderers should note that during this tender process they should not contact any of the Agency’s respective Board Members, Executive Directors, employees or advisers or any third parties connected to the Agency or any advisers to this procurement, outside of the process outlined within this section and elsewhere within this document.

20. All responses to this Invitation to Tender must be in English.

21. The Agency reserves the right, at its discretion, to request clarification in writing, or further relevant information, from any Tenderer post submission of the tender response by such Tenderer.

22. Eligibility of prospective Contractors: Any change that is considered material by the Agency as to the identity or control of a Tenderer, or in the eligibility of a Tenderer, happening before or after the Tenderer has submitted its response to the Invitation to Tender, will lead to its disqualification. Where the Tenderer is a consortium, the lead consortium member must remain the same as when originally shortlisted. The full consortium membership must be disclosed and set

Invitation to Tender/SC Page 6 of 22Version 4Issue date 28/09/06

Page 7: Document

at the time of submission of the Invitation to Tender response and there must be no material changes in the consortium after the tender submission. The Agency must be advised of any change in the consortium membership or in the principal relationships between members of the consortium. Any change which is considered material will lead to the Tenderer’s disqualification.

23. Freedom of Information Legislation

1. The Agency may be obliged to disclose information provided by Tenderers in response to this Invitation to Tender under the Freedom of Information Act 2000, all subordinate legislation made under this and the Environmental Information Regulations 2004 (“the Freedom of Information Legislation”).

2. Tenderers should be aware that the information they provide could be disclosed in response to a request under the Freedom of Information Legislation. The Agency will proceed on the basis of disclosure unless an appropriate exemption applies. Tenderers should be aware that despite the availability of some exemptions, information may still be disclosed if the public interest in its disclosure outweighs the public interest in maintaining the exemption. No response to this Tender should be covered by a general statement regarding its overall confidentiality; instead any specific areas of confidential information should be highlighted in accordance with paragraph 3 below. The Agency accepts no liability (including for negligence) for loss as a result of any information disclosed in response to a request under the Freedom of Information legislation.

3. Tenderers should highlight information in their responses which they consider to be commercially sensitive or confidential in nature, and should state the precise reasons why they consider this.

4. The Agency will use reasonable endeavours to consult with Tenderers over the release of information which is highlighted by them as commercially sensitive or confidential.

24. Tenderers are required to agree to the Agency’s Terms and Conditions of Contract. Any proposed amendments regarding the Terms and Conditions must be documented in the Tenderer’s bid and submitted by the tender return date. The Agency will then determine whether the proposed amendments reflect a compliant bid.

25. Attached to this Invitation to Tender are the Agency’s Standard Terms and Conditions of Contract for Goods. These are currently being reviewed and updated. The Agency therefore intends to include Special Conditions which will form part of the Contract with the successful Tenderer(s). These Special Conditions will be provided to shortlisted Tenderers prior to Contract award.

Please do not email your Tender response unless requested to do so.

Invitation to Tender/SC Page 7 of 22Version 4Issue date 28/09/06

Page 8: Document

2. INVITATION TO TENDER

2.1 Background Information

The Northwest Development Agency (NWDA) is one of nine regional development agencies established in 1999 by the Government to develop the English regions. The NWDA is a Non-Departmental Public Body (NDPB) funded by the Department for Trade and Industry. The NWDA is responsible for the sustainable economic development and regeneration of England's Northwest and has 5 key priorities: Business, People and Jobs, Skills & Education, Infrastructure and Quality of Life.

The NWDA provides strategic leadership, programmes and funding and works closely with a range of partners to deliver the Regional Economic Strategy (RES). The RES sets out a clear and measurable vision for the region, outlines policies to deliver this vision details the actions required. It will continue to address the key issues that affect the economic performance of the Northwest.

For further details of the NWDA’s role and activities visit www.nwda.co.uk.

2.2 Specification and Scope

The Agency recently issued an Open tender for the procurement of laboratory equipment for the National Biomanfacturing Centre, Estuary Commerce Park, Estuary Banks, Liverpool, L24 8RB. In General, the response to Lot 8 was not appropriate and this has led the Agency to review its requirements and documentation and is re-tendering for this Lot only.

The requirement for Lot 8 is a Single Use Disposable Bioreactor System. A detailed specification for this equipment is available to download on the Agency’s website www.nwda.co.uk/tenders

Invitation to Tender/SC Page 8 of 22Version 4Issue date 28/09/06

Page 9: Document

2.3 Evaluation Criteria

The Agency will evaluate all Tenders on the basis of the “most economically advantageous tender”.

The overall evaluation process will be conducted in a fair and equitable manner, so that the Agency is able to consider the value for money of each proposal. This means that different clarification/information may be sought from different Tenderers.

The Agency will take up references and reserves the right to pay due heed to the Tenderer’s performance elsewhere and any past experience from the Agency or its staff.

The evaluation criteria described in this Invitation to Tender document will be used to inform the final decision as to which Tenderers will be awarded a Contract.

Evaluation of tenders is split between sections A to L of the Response Section (3.2). Each section has an overall weighting reflecting the relative importance of each section to the Agency. The sub-total of marks for each section will be added together to produce a final score for each Tenderer.

Scoring Mechanism

Each question within the Invitation to Tender will be marked as follows:

2 – response exceeds requirement, appearing to offer improved value for money1 – response appears to meet requirement0 – response does not appear to meet requirement

Table 1: Overall Weightings/Sections

Evaluation Criteria Criteria Weighting1 Section 3.2 Questions A to L See individual question2. Cost and value for money offered 53. Delivery Timescales 24. Compliance with the Agency’s standard Terms and

Conditions of Contract In/Out

5. References 56. Disputes 57. Financial Status In/Out

Weighting Mechanism

5 – is perceived as an essential requirement2 – is perceived as a preferred/minimum requirement

Invitation to Tender/SC Page 9 of 22Version 4Issue date 28/09/06

Page 10: Document

1 – is perceived as a desirable requirement or is for information only (i.e. no impact)In/Out – perceived as mission-critical requirements and thus will not attract a score or weighting, but will determine whether a Tenderer remains in the process.

The Agency reserves the right to take into account any other relevant considerations that, in its absolute discretion, it may deem are appropriate.

Invitation to Tender/SC Page 10 of 22Version 4Issue date 28/09/06

Page 11: Document

3. TENDER DOCUMENTS

3.1 Structure of Proposal

The proposal should be structured as follows:

Introduction/covering letter Response to Section 3.2, questions (a) to (l). Response to Section 3.3, Subcontractor Arrangements Completed Form of Tender Pricing Schedule Confirmation of acceptance of Terms and Conditions (see Instructions for Tenderers,

point 24). References General Supplier Details – completion of questionnaire

3.2 Response

Tenderers must ensure that their Tender response is submitted in the format described in this document.

Please reply to each point, stating ‘Noted’ or ‘Agreed’, as appropriate, where no specific response is required.

Where responses are not offered or further information (eg an attachment) is missing, an evaluation rating of zero may be recorded.

All tenders must be complete and should offer the most economically advantageous bid available to the Agency.

Please provide no more than half a page of narrative in response to questions (a) to (l) below. If you wish, you may provide additional information, eg copies of policies etc, in an Appendix.

General Response

(a) Tenderers should describe the methods by which their staff acquire and maintain a high level of subject matter knowledge, expertise and use of industry best practice techniques relevant to each Lot. Details should be given of any training policies and practices. Responses should also address the methods applied by sub-contractors and/or associates, where they are to be used to provide any of the goods or services. (Weight 5)

(b) Tenderers should describe the process by which their staff acquire and maintain their industry knowledge. Responses should also address the processes used or applied by sub-contractors and/or associates where they are used to provide any of the goods or services. (Weight 5)

(c) Setting Up Arrangements – Tenderers should set out how they would deal with the receipt of instructions (one point of contact would be preferable). Successful

Invitation to Tender/SC Page 11 of 22Version 4Issue date 28/09/06

Page 12: Document

Tenderers must not undertake any work until receipt of a purchase order number and written instructions from the Agency’s project manager; otherwise to do so will be at their own risk. (Weight 1)

(d) Tenderers should advise how they ensure that work is delivered to agreed timescales. (Weight 2)

(e) Tenderers must provide their plans for complying with the provision of the proposed goods and services with regard to equal opportunities, discrimination, health and safety, race relations and any other legal requirements. (Weight 1)

Customer Related Requirements

(f) Tenderers must have policies, procedures and resources for dealing with customer dissatisfaction and/or complaints. Tenderers should describe their procedures in this respect (including escalation procedures). (Weight 1)

(g) Tenderers should describe the processes currently in place, or to be implemented, to ensure that up-to-date management information is available to the Agency regarding the status of any assignment, whether it is delivery, calibration, or service and repair of the goods. The Tenderer must be willing to tailor reports to meet individual customer requirements. Evidence of capability must be provided. (Weight 1)

Technical Requirements

OPERATIONAL REQUIREMENTS

Installation

(h) The Tenderer must provide details in the Pricing Schedule (section 3.6) of all installation requirements for each piece of equipment for example duration, preparation required etc. The Tenderer must provide the installation price of the equipment in the Pricing Schedule, where indicated. (Weight 5)

Training

(i) Training of NBC site personnel in the operation of the equipment is required for each piece of equipment. Please note course detail and costs, inclusive of any expected expenses in the Pricing Schedule (3.6). Please note all training is to take place on site at NBC Liverpool. (Weight 5)

Specification

(j) Please detail where applicable in section 3.6 the following requirements (Weight 5):

Operational Parameters Options and Ancillaries Interface Compatibility Data and Security Environmental Suitability

Invitation to Tender/SC Page 12 of 22Version 4Issue date 28/09/06

Page 13: Document

Compatibility Requirements

SERVICE/MAINTENANCE REQUIREMENTS

(k) The Tenderer must provide details of all service and maintenance requirements for each piece of equipment including during and outside of the warranty period. The Tenderer must provide details of service and maintenance agreements they can offer and provide an annual price for this in the Pricing Schedule (3.6), where indicated. The Tenderer must indicate the length of service/maintenance agreement offered. Tenderers should also provide a suggested Service Level Agreement, including Key Performance Indicators, to be used to monitor the level of maintenance service provided to the Agency for the duration of any contract awarded.

The Tenderer must also provide details of service desk arrangements in place, ie contact names and numbers, availability (opening hours), telephone numbers, response times, location. (Weight 5)

LIFE CYCLE REQUIREMENTS

(l) The Tenderer where applicable must confirm in the Pricing Schedule (3.6) the following Life Cycle requirements (Weight 5):

Development Procedures Provision of Documentation

Invitation to Tender/SC Page 13 of 22Version 4Issue date 28/09/06

Page 14: Document

3.3 Subcontractor Arrangements

The Agency intends to enter into a contract with the successful tenderer(s). If the Tenderer intends to sub-contract any of the Goods or Services, full details must be disclosed with the tender.

The Tenderer shall not sub-contract any of the Goods or Services without the previous consent in writing of the Agency. Any such consent, if given, may be subject to any conditions which the Agency considers appropriate. Such conditions will include a requirement that the Tenderer must comply with all applicable European procurement legislation in connection with the procurement of any of the Goods or Services and the Tenderer will promptly provide to the Agency any information which the Agency may request in order to satisfy itself that the Tenderer has done so.

1. Please tick the box below which applies

a) We are bidding to provide all the Goods and services required, without the use of subcontractors

b) We are bidding in the role of Prime Contractor and intend to use subcontractors to provide some goods or services

2. If the answer to question 1 is (b) please identify intended subcontractors for the bid (if currently known) below:

Organisation name Organisation address and contact details Service provision responsibility

Invitation to Tender/SC Page 14 of 22Version 4Issue date 28/09/06

Page 15: Document

3.4 Form of Tender

To be returned by 10.00am on 17 AUGUST 2007 to the address indicated on the enclosed label and in the Invitation to Tender Document.

TENDER FOR: NWDA00214 NBC PROCUREMENT OF LABORATORY EQUIPMENT

1. I/We agree and/or certify that this offer and any Framework Agreement or Contract arising from it shall be bound by the Invitation to Tender Documentation

Yes/No*

2. I/We agree and/or certify to supply goods/services of the exact quality, sort and price specified in the Pricing Schedule(s) in such quantities and to such extent and at such times and locations as the Northwest Development Agency (the “Agency”) may direct;

Yes/No*

3. I/We agree and/or certify that this offer is made in good faith and that we have not fixed or adjusted the amount of the offer by or under or in accordance with any agreement or arrangement with any other person;

Yes/No*

4. I/We agree and/or certify that we will not communicate to any person other than the person inviting these offers the (or approximate amount of) offer, except where the disclosure, in confidence of the approximate amount of the offer was necessary to obtain quotations required for the preparation of the offer, for insurance purposes or for a contract guarantee bond;

Yes/No*

5. I/We agree and/or certify that we will not enter in to any arrangement or agreement with any other person that s/he shall refrain from making an offer or as to the amount of any offer to be submitted;

Yes/No*

6. I/We agree and/or certify that we will not pay give or offer or agree to pay or to give any sum of money or other valuable considerable directly or indirectly to any person for doing or having done or causing or having caused to be done in relation to any offer or proposed offer for the goods/services any act or thing of the sort described in 3, 4, or 5 above.

Yes/No*

7. I/We acknowledge that if I/we have acted or shall act in contravention of this Form of Tender, the Agency will be entitled to cancel the contract and to recover from ourselves the amount of any loss and expense resulting from such a cancellation.

Yes/No*

Invitation to Tender/SC Page 15 of 22Version 4Issue date 28/09/06

Page 16: Document

8. I/We agree that this tender and any contract which may result from it shall be based on this Form of Tender, Terms and Conditions, Specification / Brief attached, Pricing Schedule attached, and our response to this invitation to tender (to the extent to which the Agency may determine in accepting the tender).

Yes/No*

9. I/We agree that any other terms and conditions of contract or any general reservations, which may be printed on any correspondence, issued by us shall not be applicable to any contract resulting from this tender.

Yes/No*

* Please delete one

NoteIn this Form of Tender, the word 'person' includes any person and any body or association, corporate or unincorporated; 'any agreement or arrangement' includes any transaction, formal or informal and whether legally binding or not.

TENDERERS MUST RESPOND TO ALL QUESTIONS IN THIS FORM OF TENDER, OTHERWISE THE TENDER RESPONSE WILL BE CONSIDERED INVALID.

Signed _________________________________________________________

Full Name (print)_________________________________________________

On Behalf of_____________________________________________________

Position in Company______________________________________________

Date___________________________________________________________

Invitation to Tender/SC Page 16 of 22Version 4Issue date 28/09/06

Page 17: Document

3.5 Pricing Schedule

1. The Pricing Schedule contains the Tenderer’s tendered rates.

2. All prices quoted shall be fixed and firm and shall apply during the whole of the Contract period.

3. The prices in the Pricing Schedule shall include for all goods and services shown or described in the Contract as a whole and for all goods or services not described but apparent as being necessary for the complete and proper execution of the provision of the goods and services.

4. No quantity or continuity of work is guaranteed to the successful Contractor and this should be taken into account when completing the Pricing Schedule. Unless expressly stated to the contrary, any quantities given in the Pricing Schedule are for information only.

5. Each item in the Pricing Schedule must be fully priced, with insertions for each item. If any item is unpriced (whether by leaving the rate and/or amount space blank or by entering “included” or otherwise), that item shall be deemed to be priced at “nil”.

6. Applications for payment shall be made in accordance with the procedures described in the Agency’s Conditions of Contract.

7. All prices quoted shall be exclusive of Value Added Tax (VAT).

8. All prices shall be carriage paid, including packaging and labeling. Subsequent invoices for additional carriage charges that were not declared in the tender response will be rejected.

9. Figures inserted into the Schedule of Rates must be a single figure and not a range of figures.

10. Please give details in the Pricing Schedule Table below of the cost per item of equipment that you are bidding for.

11. In addition to the Pricing Schedule Table, please also;

Provide details of support, advice, research and access to research tools, training and seminars that you would be prepared to provide free of charge to the Agency and its staff to assist in its activities.

Demonstrate how the proposed rates offer value for money to the Agency.(ie stating standard rate and discount offered to Agency).

Confirm that the rates provided shall be held firm for the full duration of the contract period.

CONFIRM YES/NO* *Delete as appropriate

Pricing Schedule Lot 8 – Single Use Disposable Bioreactor System – URS008/07

Invitation to Tender/SC Page 17 of 22Version 4Issue date 28/09/06

Page 18: Document

Pricing Options Cost Per Item £Equipment CostDelivery CostInstallation CostTraining CostAnnual Warranty CostTotal Cost

Lead Time in Working Days to Speke

3.2 (h) Please detail all installation requirements:

3.2 (i) Please provide a scope of works for the relevant training, including number of days and number of personnel:

3.2 (j) Operational Requirements:- Please confirm that the equipment you are supplying conforms to the Operational parameters set out in the User Requirements Specification Y / N- Please detail the specification for the proposed equipment:

- Please detail any supporting accessories including their cost:

- Please confirm the Interface Compatibility:

- Please confirm the equipment is suitable for the proposed environment Y / N - Please confirm the equipment conforms to the compatibility requirements Y / N3.2 (k) Please provide details of service and maintenance agreements offered including a proposed Service Level Agreement:

3.2 (l) Please confirm what documentation will be included upon delivery:

3.7 References

Invitation to Tender/SC Page 18 of 22Version 4Issue date 28/09/06

Page 19: Document

1. Is your organisation an approved supplier under any OGC scheme or is it party to any OGC approved framework agreement?

Yes/No

2. If your answer to question 1 is yes, please state for what goods/services you are approved to supply.

3. Details of three major recent private sector contracts you have been awarded for the provision of services similar to those required by the Agency

Customer name and address

Contact name and Telephone number

Date contract awarded

Contract reference and brief description of service undertaken

Names of subcontractors and/ or consortium members and their role

1. 2. 3. 4. Details of any major recent contracts you have been awarded by organisations in the wider

public sector (e.g. government departments, local authorities, NHS trusts, RDAs) for the provision of services similar to those required by the Agency

Customer name and address

Contact name and Telephone number

Date contract awarded

Contract reference and brief description of service undertaken

Names of subcontractors and/ or consortium members and their role

1. 2. 3.

Invitation to Tender/SC Page 19 of 22Version 4Issue date 28/09/06

Page 20: Document

3.8 GENERAL SUPPLIER DETAILS

1 Is your organisation: i) a public limited company?

Yes/No

ii) a limited company? Yes/Noiii) a sole trader? Yes/Noiv) a partnership? Yes/No

2 Is your company a subsidiary of another company?

Yes/No

3 Name of holding or parent company4 Name of ultimate parent company (if

applicable)

5. Has your organisation made any application for third party funding – including State Aid assistance – in relation to the goods and services you are intending to provide?

Yes/No

6. Is your organisation registered under the Data Protection Act 1998?

Yes/No

7. If yes, registration number:

8. Please give address to which Payment/Remittances should be sent:

9. Please also advise if your invoice address is different from the above:

10. Please provide details of any quality assurance certification that your company holds e.g. IS0 9000 or equivalent standard. Please include a copy of any certificate.

If no accreditation held, please attach an outline of your quality assurance policy.

11. Please provide details of any project management methodologies, e.g. PRINCE2, enclosing any relevant documents

3.9 DISPUTES

Invitation to Tender/SC Page 20 of 22Version 4Issue date 28/09/06

Page 21: Document

1. Please provide details if during the last 3 years, there have been any of contracts where there has been a failure to complete the contract on time or at all, or where there have been claims for damages, or where damages have been deducted or recovered.

2. Details of any contracts which have been terminated during the last 3 years.

3. Are there any court actions and/ or significant employment tribunal hearings outstanding against your organisation?If yes, please provide details

Yes/No

4. Has your organisation been involved in any court action and/ or significant employment tribunal over the last 3 years?If yes, please provide details

Yes/No

3.10 FINANCIAL INFORMATION

1) A copy of the most recent audited accounts for your organisation must be provided that cover the last two years of trading or for the period that is available if trading for less than two years.

2) A statement of the organisation’s turnover, Profit & Loss and cash flow position for the most recent full year of trading (or part year if full year not applicable) and an end period balance sheet, where this information is not available in an audited form at (1).

3) Where (2) cannot be provided, a statement of the organisation’s cash flow forecast for the current year and a bank letter outlining the current cash and credit facility position.

Note: Where a consortium or association is proposed, the information is requested for each member company.

If your company is a subsidiary of another company, parent company and/or other guarantees of performance and financial standing may be required if considered appropriate.

3.11 CONFLICT OF INTEREST

Where there is any indication that a conflict of interest exists or may arise, then it shall be the responsibility of the Tenderer to inform the Agency, detailing the conflict in writing as an attachment to this tender.

Invitation to Tender/SC Page 21 of 22Version 4Issue date 28/09/06

Page 22: Document

The Agency will be the final arbiter in cases of potential conflicts of interest. Failure to notify the Agency of any potential conflict of interest will invalidate any verbal or written agreement.

*A Conflict of interest is where a person who is involved in the procurement has or may be perceived to have a personal interest in ensuring that a particular tenderer is successful. Actual and potential conflicts of interest must be declared by a person involved in a tender process.

Are you aware of any conflict of interest between your company and the Agency Y / N*

Invitation to Tender/SC Page 22 of 22Version 4Issue date 28/09/06